SOURCES SOUGHT
99 -- DFSP Ozol, CA O&M Remediation Systems
- Notice Date
- 9/20/2023 3:59:54 AM
- Notice Type
- Sources Sought
- NAICS
- 562910
— Remediation Services
- Contracting Office
- DLA ENERGY FORT BELVOIR VA 22060 USA
- ZIP Code
- 22060
- Solicitation Number
- SPE603-23-R-5X12
- Response Due
- 10/11/2023 1:00:00 PM
- Archive Date
- 10/26/2023
- Point of Contact
- Mark A. Laskoski, Phone: 7178316975, Sonja Rocks
- E-Mail Address
-
mark.laskoski@dla.mil, Sonja.Rocks@DLA.mil
(mark.laskoski@dla.mil, Sonja.Rocks@DLA.mil)
- Description
- This notice from the Defense Logistics Agency (DLA) Energy-FESDA, is seeking small businesses that can provide environmental assessment and long-term management, potential implementation of new remedial systems, advancement of restoration sites as close to Site Closure (SC) as practicable while maintaining long term Operations and Maintenance (O&M) in a cost effect manner, operations of in-place remediation systems, and emergency response services for DFSP Ozol, CA. These services include long-term monitoring, operation, and maintenance of remediation systems, public meetings, and other related environmental remediation activities and requirements in accordance with (IAW) the State of California and local regulations and requirements. Except as otherwise noted, the Service Provider shall employ best commercial practices and guidelines in accordance with all applicable federal, state, and local regulations to meet the requirements. Specific requirements will be provided in the Performance Work Statement (PWS), which will be published when the solicitation is issued. This sources sought notice is issued solely for informational planning purposes and market research in accordance with Federal Acquisition Regulation (FAR) Part 10 and shall not be construed as a solicitation or obligation on the part of DLA Energy. DLA Energy is not seeking proposals at this time and will not accept unsolicited proposals. The solicitation for this requirement will be posted at a future date to the SAM.gov website under a different notice number with the intention to award one firm-fixed price contract. DLA Energy is considering a small business set-aside and will make a determination based on the responses received to this sources sought notice. The North American Industry Classification System (NAICS) Code is 562910 and the size standard is 1,000 employees. DLA Energy will consider responses from the following small business categories: Small Business, Small Disadvantaged Businesses, 8(a) Businesses, Historically Underutilized Business Zone (HUBZone) Businesses, Service Disabled Veteran- Owned Small Businesses (SDVOSBs), and Women-Owned Small Business concerns. Responses are limited to not more than 5 pages and will be used to determine entities capable of performing this requirement. By responding, potential offerors acknowledge their capability to implement cost effective and timely remediation solutions to the complex challenges present at this site. These challenges include but are not limited to the coordinating of field activities with multiple ongoing efforts, combination of contaminants, geologic complexities, and regulatory requirements at DFSP Ozol, CA. Any information submitted in response to this notice is voluntary. The Government will not pay for any information submitted in response to this notice. All responses submitted via e-mail will be considered. All responses to this notice are to be submitted by 4:00 PM local Ft Belvoir, VA time on October 11, 2023. E-mail submissions to: mark.laskoski@dla.mil and sonja.rocks@dla.mil Interested companies should respond to the following: 1. Provide a company profile to include number of employees, annual revenue history for the last 3 years, office location (s), Unique Entity ID/CAGE Code number, and a statement regarding current business status. Please note that registration in the System for Award Management (SAM) and Wide Area Workflow (WAWF) are required for DLA Energy contractors. 2. Capability of providing qualified and experienced personnel, with appropriate clearances, if required. 3. Past Performance: Do you have past performance as a prime contractor or subcontractor on service contract for similar environmental services requirements on DoD facilities? Provide 5 different projects along with No Further Action or site closure letters to include the following: Contract number, Contract POC, Contract POC Contact number, Name of Government Agency or Commercial Entity, Initial Period of Performance, Actual Period of Performance, Budgeted Dollar Value, Actual Dollar Value, Type of Contract (Fixed Price, Cost Reimbursement, etc.), and an explanation of services provided as they relate to environmental assessment and long-term management, potential implementation of new remedial systems, operations of in-place remediation systems, investigating/remediating emerging contaminants, and emergency response services. If applicable, include projects where contractor performed site assessment, installed a remediation system, and operated to site closure. If your firm acted as subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage. **Address any past performance problems, and resolutions taken. 4. Do you anticipate any type of teaming arrangement for this requirement? If yes, address what kind of arrangement and what percentage of work, type (s) of service would you perform. 5. Does your company have experience with Service Contract Act of 1965 covered contracts? Does your company have experience with Collective Bargaining Agreements (CBAs)? Explain any experience your company has had with labor unions. 6. Does your company have the financial capability and financial stability, and/or adequate lines of credit to sustain and support a four-year contract with a possible 6-month extension? Do you have an approved accounting system in place to adequately track expenditures? If yes, elaborate. 7. What realistic phase-in period would you require to commence performance with personnel, equipment, and materials?
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b91b47510ac04c02a77de40c326d72d0/view)
- Record
- SN06839631-F 20230922/230920230809 (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 |