SOURCES SOUGHT
Z -- Environmental Remediation Services
- Notice Date
- 5/19/2022 1:02:15 PM
- Notice Type
- Sources Sought
- NAICS
- 562910
— Remediation Services
- Contracting Office
- NAVAL FAC ENGINEEERING CMD ATLANTIC NORFOLK VA 23508-1278 USA
- ZIP Code
- 23508-1278
- Solicitation Number
- N6247022R9014
- Response Due
- 6/9/2022 1:00:00 PM
- Point of Contact
- Mary Lassiter, Phone: 7573224593
- E-Mail Address
-
mary.lassiter@navy.mil
(mary.lassiter@navy.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION AND PLANNING PURPOSES ONLY. �THIS IS NOT A REQUEST FOR PROPOSAL AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. � This Sources Sought Notice is being used as a market research tool to determine the availability and adequacy of potential qualified small business sources prior to determining the method of acquisition and issuance of a solicitation.� All Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small Businesses (VOSB), Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), Women-Owned Small Businesses (WOSB), Small Disadvantaged Businesses (SDB) certified under the Small Business Administration�s (SBA�s) 8(a) Business Development Program, Historically Underutilized Business Zone Small Businesses (HUBZone SB) certified by SBA, and all other small businesses are encouraged to respond. �If you are a HUBZone or an 8(a) Small Business, please submit the SBA Certification Letter or contact information for assigned SBA Business Opportunity Specialist. Responses to this notice will determine the feasibility and/or basis for the Navy�s decision to proceed with an acquisition. Information received in relation to this notice will be used to assist the Government in developing an overall acquisition strategy, including the type and number of contracts and use of small business concerns. � The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. Large business submittals will not be considered. Naval Facilities Engineering Systems Command (NAVFAC) Atlantic is seeking to identify potential sources with the capacity, experience and interest in competing for a Multiple Award Cost-Plus-Award-Fee (CPAF) Indefinite Delivery/Indefinite Quantity (IDIQ) Environmental Remedial Action Contract (RAC) in NAVFAC Atlantic�s area of responsibility (AOR).� The assigned North American Industry Classification System (NAICS) code for this requirement is 562910, Environmental Remediation Services, with a small business size standard of 750 employees. �If the solicitation is issued, the contract will consist of a base period and four (4) one-year options totaling five (5) years of performance.� The anticipated total work to be issued over the life of the contract via task orders is estimated at $240 million. The successful contractor to any forthcoming solicitation shall provide all labor, management, supervision, tools, materials, and all equipment necessary to perform the following services. The general scope of work is to provide remediation of contaminants, which will include, but not limited to, those identified and regulated under the Resource Conservation and Recovery Act (RCRA), the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), the Toxic Substances Control Act (TSCA), and the Solid Waste Disposal Act (SWDA), as well as petroleum, oils, and lubricants (POL); munitions constituents (MC); and munitions and explosives of concern (MEC). A number of sites may require remediation of radiological media. The contaminants included are predominately solvents, POL, inorganics, acids, bases, radiological, MC, polycyclic aromatic hydrocarbons (PAHs), polychlorinated biphenyls (PCBs), Per- and Polyfluoroalkyl Substances (PFAS), MEC (including all types of discarded military munitions and unexploded ordnance), emerging contaminants, and pesticides. Contaminants may be present in soils, marine or fresh water sediments, ground water, air, sludge, surface water, and man-made structures. Contaminated sites may be landfills, hazardous waste treatment storage and disposal facilities, tanks, lagoons, firefighting training areas, or other facilities.� Environmental remediation services will be performed predominately in Alabama, Arkansas, Connecticut, Delaware, Florida, Georgia, Illinois, Indiana, Kansas, Kentucky, Louisiana, Maine, Maryland, Massachusetts, Michigan, Mississippi, Missouri, New Hampshire, New Jersey, New York, North Carolina, Ohio, Oklahoma, Pennsylvania, Rhode Island, South Carolina Tennessee, Texas, Vermont, Virginia, West Virginia, Wisconsin, the areas of the District of Columbia, Africa, Europe, Southwest Asia, Vieques, Puerto Rico, the areas of the Caribbean, and Central America.� Work may also be performed at other sites located within the area of responsibility of the Naval Facilities Engineering Systems Command, and other locations as required by the Government.� Projects may be of significantly varying complexity and are typically $4 million dollars or below. �The work may require performance of multiple large-scale projects simultaneously and the ability to mobilize for significant and unexpected surge requirements on short notice. The workload is subject to uncertainty, and workload fluctuations may be significant and unexpected throughout the period of the contract. Therefore, the contractor must have the capability to perform projects of significantly varying types and magnitude at various sites worldwide. Additionally, firms must have an accounting system that can adequately estimate and track cost, which has been determined adequate by Defense Contract Audit Agency (DCAA) for performance of government cost type contracts. SUBMITTAL REQUIREMENTS: Interested sources should respond to all questions presented in the Sources Sought Capabilities Questionnaire provided within this announcement.� Responses to the questions should be in Times New Roman, font size 12. �Only information presented in response to the Questionnaire will be reviewed and considered.� �No additional information submitted will be reviewed or considered. �Note: The Government does not intend to rank submittals or provide any reply to interested firms.� Submit your completed responses no later than 09 June 2022 to the Contract Specialist, Mary Lassiter, via email in PDF or MS Word format to mary.lassiter@navy.mil. This market survey is for informational and planning purposes only, does not constitute a solicitation for bid or proposals, and is not to be construed as a commitment by the Government. For purpose of market research, any other information available to the Government may also be utilized. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. The Government will not provide a 'debrief ' on the results of the survey. All information submitted will be held in a confidential manner and will only be used for the purpose intended. POINT OF CONTACT: Mary Lassiter, telephone (757) 322-4593, E-mail: mary.lassiter@navy.mil RESPONSES ARE DUE NO LATER THAN 4:00 PM EDT THURSDAY, 09 JUNE 2022. �LATE RESPONSES WILL NOT BE ACCEPTED.� Questions or comments regarding this notice may be addressed in writing to Mary Lassiter via email at mary.lassiter@navy.mil. No telephone questions will be accepted.� NOTE: THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS ACQUISITION AT ANY TIME.� THE GOVERNMENT IS NOT RESPONSIBLE FOR ANY COSTS INCURRED IN ORDER TO PARTICIPATE IN THIS PROCESS.� ALL INFORMATION SUBMITTED IS AT THE OFFEROR�S OWN EXPENSE.� ANY RECOMMENDATIONS OR SUGGESTIONS PROVIDED IN RESPONSE TO THIS NOTICE MAY BE UTILIZED WITHOUT ANY RESTRICTIONS WHATSOEVER OR COST TO THE GOVERNMENT AND MAY BE INCLUDED IN THE PWS.� We appreciate your interest and thank you in advance for responding to this Sources Sought Notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b1d8c3f5a0a6470499bb972f25632e53/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06333267-F 20220521/220519230104 (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 |