Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 27, 2024 SAM #8096
SOURCES SOUGHT

99 -- BRAC PFAS Remedial Investigation at Four Army Installations, Nationwide

Notice Date
1/25/2024 11:47:08 AM
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
W912DR24R0021
 
Response Due
2/7/2024 2:00:00 PM
 
Archive Date
02/22/2024
 
Point of Contact
Erica Stiner, Katie MARRETTE
 
E-Mail Address
erica.j.stiner@usace.army.mil, katie.r.marrette@usace.army.mil
(erica.j.stiner@usace.army.mil, katie.r.marrette@usace.army.mil)
 
Description
TITLE: FISCAL YEAR 24 BASE REALIGNMENT AND CLOSURE (BRAC) PER- AND POLYFLUOROALKYL SUBSTANCES (PFAS) REMEDIAL INVESTIGATION (RI) AT FOUR (4) ARMY BRAC INSTALLATIONS, NATIONWIDE SOLICITATION NO: W912DR24R0021 This is a SOURCES SOUGHT announcement and IS NOT a request for proposal, quotation or bid. The Government will not reimburse respondents for any costs incurred in preparation of the response of this announcement. The purpose of this sources sought notice is to conduct market research to assess the extent to which small businesses are capable of and interested in performing the required work, leading to a determination of whether establishing a small business set aside, including consideration of setting aside the acquisition for a particular socioeconomic category, is appropriate or not. Project Description The U.S. Army Corps of Engineers (USACE), Baltimore District, is seeking sources with current relevant qualifications, experience, personnel and capabilities for remedial investigation (RI) services for PFAS at the following Army BRAC installations: Defense Depot Memphis, Tennessee; Fort Barfoot (formerly Fort Pickett), Virginia; Fort Sheridan, Illinois; and Sacramento Army Depot, California. Work will be performed at all sites concurrently. The intent of this contract is to support USACE and its customer in conducting RIs, with the option to conduct Feasibility Studies, at sites located at the four aforementioned installations with areas where aqueous film forming foam (AFFF) or other PFAS releases have occurred. Specific performance objectives of the contract may include Project Management Plans (PMP), RI Work Plans with Uniform Federal Policy Quality Assurance Project Plans (UFP-QAPP), Remedial Investigations and Feasibility Studies, Community Relations Support, and providing Alternative Water Supply. The work under this contract shall be performed in compliance with the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), as amended, the National Contingency Plan (NCP) (40 CFR Part 300), and in compliance with United States Army Requirements and Guidance for field investigations including specific requirements for sampling for PFAS. The contract is anticipated to be awarded in the 4th quarter of FY24 with a seven (7) year period of performance. Response Requirements The Government is seeking to identify qualified small business sources under North American Industry Classification System (NAICS) code 562910 � Environmental Remediation Services. The small business size standard is 1,000 employees. Qualified sources are encouraged to submit responses to the following considerations. Please note the Government shall not reply or provide any evaluation of the responses. Please limit responses to a maximum of 10 pages in length. 1. General Business Name. Cage Code and UEI Number. Responsible Point of Contact Name, Title, and Email Address. Small Business Classifications: Small Business, 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 note if self-certified. 2. Capabilities Please provide a description of the services your company provides as it relates to the description of work provided in this notice as a prime contractor. Please provide a description of the geographic locations that can be supported by your company, specifically �demonstrate the capability to perform work at the project locations. Please provide a brief description of successful performance of relevant PFAS experience to include contract number, types of services, dates of the contract performance, and value of the contract or task order. 3. Small Business Considerations Other Than Small Business: Please provide a general description of subcontracting opportunities extended to small businesses, to include types of services and complexity of work with examples of past projects similar in scope to the description of work above. Small Business: Please provide a description of your company's capability to perform In accordance with FAR 52.219-14 (Limitations on Subcontracting) demonstrating the ability to perform at least 50 percent of the services in-house or using similar situated entities by referencing past related experience. Capability Assessment A capable firm will demonstrate PFAS experience at multiple locations working on simultaneous projects for standalone contracts and/or task orders with dollar values in excess of $10M per each standalone contract or task order with highly qualified team members. The following shall be considered Key Personnel by the Government for this contract:� Project Manager, Senior Scientist/Engineer, and Risk Assessor. Key personnel shall be required to possess applicable qualifications such as education, relevant experience, and/or professional registration. Example of potential qualifications is as follows: Project Manager - The Project Manager will have the following qualifications: A college degree in engineering, geology, chemistry, or related field and professional registration. A minimum of seven (7) years Project Management experience, with a minimum of five (5) years in site characterization projects. Senior Scientist/Engineer - An advanced college degree in engineering, geology, chemistry, or related field. Professional registration, in their respective field, as appropriate. Ten (10) years� experience in technical leadership for other contracts/programs with a minimum of five (5) years working experience in site characterization. Senior Risk Assessor - An advanced college degree in engineering, geology, chemistry, or related field. Seven (7) years� experience in technical support for other hazardous waste projects with a minimum of five (5) years working experience in hazardous waste risk assessment. Comments will be shared with the Government project delivery team, but otherwise will be held in strict confidence. Submission Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice NLT 5:00 P.M. Eastern Standard Time (EST) February 07, 2024. All responses under this Sources Sought Notice must be emailed to erica.j.stiner@usace.army.mil and katie.r.marrette@usace.army.mil referencing the sources sought notice number W912DR24R0021. Submissions shall be in PDF format. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity, please contact: Contract Specialist Erica Stiner via email,� erica.j.stiner@usace.army.mil, and Contracting Officer Katie Marrette, katie.r.marrette@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1e83bcd7e0f0469baeb163ba747a0cda/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06946196-F 20240127/240125230047 (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.