Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 26, 2018 FBO #6181
SOURCES SOUGHT

F -- Operations Maintenance for Umatilla Chemical Depot (UMCD) Groundwater Pump and Treatment System (GETS), Hermiston, OR

Notice Date
10/24/2018
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-020493-DAK
 
Archive Date
12/8/2018
 
Point of Contact
Debbie Knickerbocker, Phone: 206-764-6804, Martin Hansen, Phone: 206-316-3089
 
E-Mail Address
debbie.a.knickerbocker@usace.army.mil, martin.j.hansen2@usace.army.mil
(debbie.a.knickerbocker@usace.army.mil, martin.j.hansen2@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Operations Maintenance for Umatilla Chemical Depot (UMCD) Groundwater Pump and Treatment System (GETS), Hermiston, OR Sources Sought Number: W912DW-020493-DAK Set Aside: Total Small Business All Small business categories are invited to respond. Classification Code: F - Natural Resources & Conservation Services Environmental Remediation Services with Incidental Construction NAICS Code: 562 - Waste management and Remediation Services/562910-Remediation Services Response Date: November 23, 2018 Anticipated Period of Performance: Base Period of three years + Two Option Periods of one year each Description: Operations & Maintenance Support Explosives Washout Lagoons Groundwater Extraction and Treatment System, Umatilla Chemical Depot, Hermiston, Oregon a. This is a Sources Sought announcement only. THIS IS NOT A SOLICITATION AND NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A PROPOSED SYNOPSIS, OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2 and no contract shall be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information requests. No Solicitation is currently available. The responses to this Sources Sought will help to shape the acquisition strategy in developing a competitive requirement. b. The purpose of this Sources Sought is to perform a market survey to gain knowledge of interest, capabilities and qualifications of interested Contractors within the District's geographic area of responsibilities for the general project description listed below. Responses to this Sources Sought Synopsis will be used by the Government to make appropriate acquisition planning decisions. The following are general capabilities required to perform the Performance Work Statement according to USACE standards. c. General Project Description: All work to be performed at the Umatilla Chemical Depot (UMCD) East Washout Lagoon (EWL) Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) site. UMCD is situated within Morrow and Umatilla counties of northeastern Oregon, approximately 3 miles south of the Columbia River and 6 miles west of Hermiston, Oregon. The objectives of this project is to provide up to five successful years of continuous operations and maintenance services for the Groundwater Extraction and Treatment System (GETS) to Seattle District Army Corps of Engineers (Government) to ensure the treatment system functions as designed and removes explosives contaminant mass from site groundwater. The type of services that are to be performed by the Contractor include continuous Groundwater Extraction and Treatment System (GETS) operation, routine and non-routine operational checks, maintenance of a maximum 1,500 gallon per minute capacity system, and upgrades, repairs, and installation of new components to the GETS. This responsibility shall include, but not be limited to, continuous operation and maintenance of the GETS, granular activated carbon change-out, and emergency repairs of the GETS. The Contractor shall maintain facilities in a neat, clean, pest free, and orderly condition at all times. Routine communication via telephone and electronic mail by the Contractor with the Government regarding work progress on awarded contract items shall be incidental to the items awarded. The Contractor shall assume total responsibility for all requirements stated herein on the commencement date of the performance period. Services shall also include periodic materials acquisition and field operations in concert with Government personnel and other project team members in support of the Government's bioremediation testing program as it relates to the GETS and the Explosives Washout Lagoons site. This responsibility of the Contractor shall include operation of the GETS substrate injection system for bioremediation testing, and providing temporary power to the work site. Contractor work shall consist of furnishing all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform O&M support for the GETS, except for those items specified as government furnished property and services. d. The proposed work to be performed under the following North American Industry Classification (NAICS) code: 562910 - Remediation Services with incidental construction e. The U.S. Army Corps of Engineers, Seattle District (NWS) expects to utilize responses from this Sources Sought to determine the best procurement method for soliciting and awarding an anticipated contract. SUBMISSION REQUIREMENTS: Response Information: Interested firms should submit a capabilities package limited to five (5) pages and include the following: 1) Firm's name, address (mailing and URL), point of contact, phone number, email address, business category, business size, and business type. 2) Business classification; i.e. Large Business, Small Business (SB), Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone), Small Business, 8(a) Program, or Other. 3) Three examples of similar past projects as the Prime Contractor. 4) Cage code and DUNS number of your firm. 5) Firm's Joint Venture Information (if applicable). Responses to this Sources Sought will only be shared with the Government project team and held in strict confidence. Primary POC: Debbie Knickerbocker, Contract Specialist, debbie.a.knickerbocker@usace.army.mil, 206-764-6804
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-020493-DAK/listing.html)
 
Place of Performance
Address: The work to be performed under this contract will be performed at the Umatilla Chemical Depot (UMCD), located approximately 6 miles west of Hermiston, Oregon in Umatilla and Morrow Counties., Hermiston, Oregon, 97838, United States
Zip Code: 97838
 
Record
SN05133526-W 20181026/181024230648-da47448f931e8749734aeb849d1dad8e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.