SOURCES SOUGHT
F -- Multi-State Multiple Award Task Order Contract for Environmental Services (MAES)
- Notice Date
- 12/4/2020 2:08:41 PM
- Notice Type
- Sources Sought
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19107-3390 USA
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU-22-R-XXXX
- Response Due
- 12/21/2020 2:30:00 PM
- Archive Date
- 01/29/2021
- Point of Contact
- Baisy Lanzo, Phone: 2156566895, CHERITA L.WILLIAMS, Phone: 2156566775
- E-Mail Address
-
Baisy.Lanzo@usace.army.mil, cherita.l.williams@usace.army.mil
(Baisy.Lanzo@usace.army.mil, cherita.l.williams@usace.army.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- Title: USACE Philadelphia District Multi-State Multiple Award Task Order Contract for Environmental Services (MAES) Classification Code: F999 � Other Environmental Services NAICS Code: 541620 � Environmental Consulting Services or 562910 � Remediation Services� Is this a Recovery and Reinvestment Act Action? No Primary Point of Contact: Baisy Lanzo Contract Specialist:� Baisy.Lanzo@usace.army.mil Phone: (215) 656-6895 Description: This is a SOURCES SOUGHT SYNOPSIS for the purpose of obtaining market research only.� NO PROPOSALS ARE BEING REQUESTED NOR ACCEPTED UNDER THIS SYNOPSIS.� The U.S. Army Corps of Engineers, Philadelphia District, will use information obtained under this synopsis to develop an acquisition strategy to meet the requirements for the MAES.� The Philadelphia District is issuing this Sources Sought Notice to determine if there is an adequate number of interested and qualified (1) SBA certified 8(a) firms serviced by the SBA district offices for Delaware, New Jersey and Pennsylvania, (2) HUB Zone [certified small business], (3) Small Business [under the size standard], or (4) Service-Disabled Veteran Owned Small Business firms having the capability and bonding capacity.� the government is considering a pool of 3 to 7 (target 5) contractors with a total shared capacity of $90M with a period of performance of five (5) years. Work/Obligation under the MAES contract will be issued in task orders (generally Firm Fixed Price) in accordance with the Performance Work Statements. PLACE OF PERFORMANCE The anticipated work would be within the geographic boundaries of the North Atlantic Division (NAD) with an emphasis within the geographic boundaries of the Philadelphia District.� There is also anticipated work under this contract at Defense Distribution Depot San Joaquin in Tracy, CA and Defense Supply Center Columbus in Columbus, OH.�� Incidental projects could be located anywhere where the Corps of Engineers performs environmental work at the specific request of a customer and in accordance with ER 5-1-10 (Corps-Wide Areas of Work Responsibility). The Contractor may be required to perform tasks on-site or at their own facilities. REQUIRED CAPABILITIES This contract will support environmental consulting services needs for both military and civilian agencies of the Federal Government including environmental needs of the Defense Environmental Restoration Program (DERP) including both Army and Air Force Installation Restoration Program; the U.S. Environmental Protection Agency (EPA) including the Superfund Program; environmental compliance, range work, natural resources management, conservation and pollution prevention projects under the Department of Defense Environmental Quality Program; Brownfields; Formerly Utilized Sites Remedial Action Program (FUSRAP); the Base Realignment and Closure (BRAC) Program; the Corps of Engineers Civil Works projects; DOD sustainment, restoration, and modernization (SRM) projects; and work for other federal agencies. The Contractor shall provide analysis of data derived from environmental studies; hazardous, toxic and radioactive waste (HTRW) assessments and remediation; industrial hygiene and health physics studies; environmental assessments; confined space entry; emergency response; research and development: report writing; special study projects; remote instrumentation and other related environmental work. The environmental remediation construction efforts will include but not limited to remedial design, remedial action, and remedial excavations of contaminated material at pre-determined depths, HTRW manifesting, utility relocation, water management, engineering support, and construction support. REQUESTED RESPONSES This Sources Sought notice is to determine the capability of potential sources and the availability of commercial sources and services pursuant to FAR Part 10. This notice is for informational purposes only and does not constitute an invitation for Bid or Request for Proposal and is not to be construed as a commitment by the Government. The Government will not reimburse contractors for any cost incurred for their participation in this Sources Sought. Large and small businesses are encouraged to participate in this survey. Interested sources should submit electronically a narrative in the format provided below demonstrating their experience in these areas. The narrative shall not exceed 10-pages (11-point font minimum). Tables charts, graphs, etc., will not count toward the 10-page count total (smaller font is allowed for these items, but the text must be legible). Do not send hard copies.� If your organization has the potential capacity to perform these contract services, please provide the following information/Capability Statement. Note: Under capability statements below, in addition to listing general experience, specifically include a listing of any USACE projects on which you demonstrated the required capability. 1. General: a. Business Name. b. Business Address. c. Cage Code. d. NAICS (list all NAICS under which your firm is registered). e. Responsible Point of Contact. f. Small Business Classifications: (8(a) small business, service-disabled veteran owned small business, HUB Zone small business, Small Disadvantaged business, Woman Owned, Minority, Native American small business. (Indicate all applicable classifications and, if self-certified). g. Identification of Joint Ventures (Business Name, Business Size and Cage Code of JV) 2. Capabilities: a. Please describe the services your company provides as it relates to the description of work provided in this notice, especially as related to the desired capabilities.� Briefly describe your experience with: ��������� ��������� 1. Environmental site assessments. ��������� ��������� 2. Executing remedial actions on military installations and/or �� ���������������������� ��BRAC sites. ��������� ��������� 3. Complex computer models and analysis used in the field of ������������������������� ��������� ����environmental data analysis. 4. Developing sampling & analysis plans and site safety & health plans. ��������� ��������� 5. Developing quality assurance project plans. ������������������� 6. Writing and managing technical documents for environmental sites. b. Please provide the range of geographic locations that your company can support. c. Please describe your company�s relevant MAES or MATOC experience to include contract number, types of services, dates of the contract performance, value of the contract, and number of awarded task orders. DISCLAIMER All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. All data received in response to this Sources Sought notice marked or designated as corporate or proprietary information will be fully protected from release outside the Government. �There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy. Questions regarding this Sources Sought must be requested via e-mailed ONLY to both Baisy Lanzo (Baisy.Lanzo@usace.army.mil) and (alternate) Cherita Williams (Cherita.L.Williams@usace.army.mil). Response Date: 21 December 2020
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f67d18a160a649efa737e5b6f31fc13c/view)
- Place of Performance
- Address: Philadelphia, PA 19107, USA
- Zip Code: 19107
- Country: USA
- Zip Code: 19107
- Record
- SN05867286-F 20201206/201204230142 (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 |