Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 30, 2023 SAM #7824
SOURCES SOUGHT

R -- Region 5 CERCLA Environmental Response IDIQ

Notice Date
4/28/2023 9:34:55 AM
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
USDA FOREST SERVICE-SPOC SW Washington DC 20250 USA
 
ZIP Code
20250
 
Solicitation Number
1089767
 
Response Due
5/12/2023 5:00:00 PM
 
Point of Contact
Matthew (Matt) Killian
 
E-Mail Address
matthew.killian@usda.gov
(matthew.killian@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP), REQUEST FOR QUOTE (RFQ), OR AN INVITATION FOR BID (IFB). NO CONTRACT OR PURCHASE ORDER WILL BE AWARDED FROM THIS NOTICE. THE INTENT OF THIS MARKET RESEARCH EFFORT IS TO GAIN KNOWLEDGE OF VENDOR INTEREST, CAPABILITIES, AND QUALIFICATIONS AND TO RECEIVE INDUSTRY FEEDBACK REGARDING THE ATTACHED DRAFT RFP. THE RESULTING VENDOR RESPONSES WILL BE USED BY THE GOVERNMENT TO SHAPE THE ACQUISITION STRATEGY IN DEVELOPING A COMPETITIVE REQUIREMENT. THE ATTACHED DRAFT RFP IS INTENDED FOR THE PURPOSE OF INDUSTRY FEEDBACK ONLY AND IS NOT TO BE CONSTRUED AS AN ACTIVE SOLICITATION.� The United States Department of Agriculture (USDA) Forest Service, Procurement and Property Services Special Projects Operations Center - Southwest Region intends to issue a solicitation for a multiple-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for contaminated site environmental response services. This work includes conducting various evaluations, studies, and reports as specified in the National Contingency Plan (NCP) found in 40 CFR 300 or as required by the Resource Conservation and Recovery Act (RCRA) and/or other federal or state hazardous waste cleanup regulations. Services will be provided in National Forests located in the Forest Service Pacific Southwest Region (Region 5). Region 5 includes 18 National Forests located primarily in California with some in Nevada along the California/Nevada Border and Oregon along the California/Oregon border. �Additionally, the Contractor may be offered the opportunity to perform work for the Forest Service outside Region 5. The Forest Service may award contracts to multiple entities based on location and capability. Each contract is anticipated to be for a base period (up to one (1) year) and four (4), one (1) year option periods. The Forest Service cannot provide personnel nor equipment to complete the requirements; therefore, the awarded contractor(s) must provide all management, supervision, labor, and supplies. Contractor personnel must have necessary Deleted expertise, qualifications, and experience to ensure performance of the work is conducted and completed in accordance with sound, safe, and efficient management practices and in compliance with any and all applicable regulations. Sources are being sought for entities with a North American Industry Classification System (NAICS) code 562910, Environmental Remediation Services, with a Small Business Size Standard of 1000 employees. Responses are requested with the following information: � Vendor�s name, address, UEI, points of contact with telephone number(s) and e-mail address(es) Business size/classification to include any designations as Small Business, HUBZone, Woman Owned, Service-Disabled Veteran Owned, 8(a), etc. Description of capability to perform any or all of the following services (see attached Draft RFP for a detailed description of each anticipated activity): � Activity I :�� �Site Assessment/Characterization� Activity II :�� �Removal Action Support� Activity III :�� �Removal Action Implementation Activity IV :�� �Remedial Action Support� Activity V :�� �Remedial Action Implementation� Activity VI :�� �Enforcement Support Activity VII :�� �Other Technical Support and Assistance Location(s) capable of performing services on the eighteen (18) National Forests in Region 5. � Feedback, comments, and/or questions regarding the DRAFT RFP. Interested vendors can email responses to Matthew (Matt) Killian at matthew.killian@usda.gov. Responses must be received by 1500 Pacific Time, 12 May 2023.� Government replies to vendor responses are not guaranteed. This Sources Sought is not to be construed as a commitment by the Government of any kind. The Government is not liable for any vendor effort or cost incurred as a result of this notice, including but not limited to effort and costs associated with vendors� preparation and submission of responses. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/96177686d1b141258796fd824fb93fc8/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06666519-F 20230430/230428230114 (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.