Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 26, 2020 SAM #6937
SOURCES SOUGHT

99 -- Environmental Compliance and Hazardous Material/Waste Management Support Services

Notice Date
11/24/2020 12:34:16 AM
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
W2SD FEST NAU1 EUROPE APO AE 09096 USA
 
ZIP Code
09096
 
Solicitation Number
ENV210005
 
Response Due
12/10/2020 7:00:00 AM
 
Archive Date
12/25/2020
 
Point of Contact
SFC Eliud Temblador, Chris Brackett
 
E-Mail Address
eliud.temblador@usace.army.mil, christopher.brackett@usace.army.mil
(eliud.temblador@usace.army.mil, christopher.brackett@usace.army.mil)
 
Description
Title:� Environmental Compliance and Hazardous Material/Waste Management Support Services Description: Sources Sought Announcement for Indefinite-Delivery, Indefinite-Quantity (IDIQ) Contract for Environmental Compliance and Hazardous Material/Waste Management Support Services ****SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY**** This announcement seeks information from industry which will be used for preliminary planning purposes. No proposals are being requested or accepted with this announcement. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. NO SOLICITATION, SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME 1. AGENCY: United States Army Corps of Engineers (USACE) Europe District (NAU) 2. NAICS: 541620 - Environmental Consulting Services 3. PLACE OF PERFORMANCE: Germany, Belgium, and the Netherlands.� These contracts may be used to support U.S. Army Europe installations and/or other U.S. Government Agency requirements.� It is estimated that the bulk of the work will take place in Germany, Belgium and the Netherlands. To a lesser extent, work may be located in locations across the Department of Defense (DoD) Area of �Responsibility including, but not limited to: �Poland, Czech Republic, Slovakia, Hungry, Romania, Bulgaria, Italy, Albania, Armenia, Azerbaijan, Bosnia-Herzegovina, Croatia, Denmark, Estonia, Georgia, Greece, Kosovo, Latvia, Lithuania, Luxembourg, Norway, Portugal, Serbia, Slovakia, Slovenia, Spain, Turkey, Ukraine, United Kingdom, Israel and the U.S. Africa Command (AFRICOM) AOR.� 4. ACQUISITION INFORMATION: The U.S. Army Corps of Engineers, Europe District anticipates soliciting and awarding an Indefinite Delivery-Indefinite Quantity (IDIQ) contract to be procured in accordance with Public Law (PL) 92- 582 (the Brooks Act) and Federal Acquisition Regulation Part 36.� No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Total Value of the Contract:� The MATOC will have a shared capacity not to exceed $30,000,000.00 across the base and all option periods with an approximate maximum limit per task order of $1,000,000.00. �Work will be issued by negotiated firm-fixed-price task orders not to exceed these maximum limits.� Performance Period:� The contract will include a base period of three (3) years and two (2) option periods (not to exceed one year each), for a total contract performance period not to exceed five (5) years.� Anticipated Award Date:� The contract is anticipated to be awarded in the 3rd Quarter FY21. Small and Small Disadvantaged Business requirements are waived for this project due to its OCONUS location.� The Government reserves the right to award an additional contract from the solicitation within one year from contract award date. 5. Project Description: The general scope of work includes, but is not limited to: Under this planned contract(s), the Contractor shall provide all labor, supervision, transportation, supplies, vehicles, tools, materials, equipment and incidental services required to execute and document results of environmental compliance and hazardous material/waste management support at Department of Defense facilities.� Examples of compliance and management support work to be performed under this contract(s) shall include but not limited to: Environmental Compliance (U.S. Army Regulation 200-1, DoDI 4105.05, DoD 4715.05G, DoD Manual 4715.05, country specific Final Governing Standards, Army in Europe Regulation (AE) 200-1, AE 200-2, etc.): a. Environmental management system compliance and inspections and multi-media compliance management efforts b. Environmental performance assessment (internal/external) c. Management plan updates d. Environmental Baseline Surveys e.� Archaeology and cultural resource services, in terrestrial, marine, and aquatic environments, including but not limited to: formal historic and cultural resource inventories and surveys, on-site inventory plans, reconnaissance surveys and recovery (including remote sensing techniques), prepare and update ICRMPs, prepare property protection plans, architectural surveys and services, National Register assessments for eligibility, museum design, curation and display support, assessment of project impacts to cultural resources, data preparation and computer database inputs, and participate in forensic recovery assistance.� f. Environmental planning g. GIS support/master planning h. Noise studies i. Environmental review of construction projects j. Soil and planning level surveys k. Sampling and analytical testing for sediment, soil, air, and/or surface and groundwater for chemical and geotechnical parameters l. Sampling and analytical testing for asbestos, radon, lead on surfaces or in the air m. Groundwater modeling, fate and transport analyses, or other technologies n. Preparing work plans, quality control plans, quality assurance plans, and health and safety plans o. Decision documents and sampling reports prepared using technical English and/or translated into Host Nation language p. Maps delineating targeted locations with GIS supported layers q. Host Nation coordination r. Environmental Performance Assessments s. Implementation of Final Governing Standards (FGS) through various media monitoring t. Environmental training u. Energy management v. Sewer line surveys and storm water compliance w. Management plans and standard operating procedures (SOPs) development. Support (USAR 200-1, FGS, European Agreement Concerning the International Carriage of Dangerous Goods by Road requirements, Defense Reutilization and Marketing Office procedures, etc.): a. Solid Waste Management (including recycling) b. Hazardous materials/waste management (HM/HW) system support c. HM/HW data base management and maintenance d. Environmental reporting requirements using Enterprise Environmental, Safety and Occupational Health-Management Information System (EESOH-MIS) e. EESOH-MIS training (Operations Order 14-114, 251313ZSEP14) f. HM/HW inspections g. Hazardous material reuse center operations h. Hazardous waste management center operations i. Spill Response Plans and updates j. Pollution Prevention (P2) program management support k. Pesticide management support l. Sampling and testing of contaminated building materials m. Transport and disposal of materials generated and stored on the facilities n. Conducting site surveys and evaluations of Unexploded Ordinance (UXO). 6. SOURCES SOUGHT:� The purpose of this source sought is to gain knowledge of interest, capabilities and qualifications of firms who have the capabilities to complete and perform contracts of this magnitude, and to address any questions, recommendations or concerns from Industry.� The Government must ensure there is adequate competition among potential pool of responsible contractors.� Prior Government contract work is not required for submitting a response under this sources sought announcement.� 7. RESPONSES:� The Capabilities Statement for this sources sought is not intended to be a Request for Proposal nor Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. It is to request statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein.� Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities Statement.� Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities.� This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited.� Respondents will not be notified of the results of the evaluation. 8. SUBMISSIONS: �Offerors response to this Sources Sought shall be limited to 8 pages and shall include the following information:� � Offeror's Name, address(es), English speaking point of contact, phone number and e-mail address � Offeror's interest in proposing on the solicitation when it is issued � Offeror's Cage Code and DUNS number � Offeror's capability to perform a contract of this magnitude and complexity (include offeror's capability to execute environmental compliance and hazardous material/waste management support services, comparable work performed within the past ten (10) years, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples that demonstrate: � -Experience working in Germany, Belgium and the Netherlands � Brief summary of Offeror�s plan to execute work in other countries (beyond Germany, Belgium and the Netherlands) listed in �Place of Performance� � Offeror's Joint Venture information or Teaming Arrangements � -Include Cage Code or System for Award Management (SAM) information/registration, if available 9. RESPONSES DUE:� All interested contractors should submit responses via email by 1600 HOURS Central European Time on Thursday, 10 December 2020.� Submit responses and information to SFC Eliud Temblador at Eliud.Temblador@usace.army.mil.� No hard copies will be accepted.� 10. QUESTIONS: Questions regarding this Sources Sought Announcement may be directed to Contract Specialist SFC Eliud Temblador at eliud.temblador@usace.army.mil AND Contracting Officer Chris Brackett at Christopher.brackett@usace.army.mil. ****SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY****
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/170a561047ee4949afa6d5992418ddda/view)
 
Record
SN05860793-F 20201126/201125053823 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.