Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 07, 2024 SAM #8107
SOURCES SOUGHT

F -- Environmental Quality (EQ) Support Services Program, ESS MATOC

Notice Date
2/5/2024 12:56:35 PM
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
W2SN ENDIST ALASKA ANCHORAGE AK 99506-0898 USA
 
ZIP Code
99506-0898
 
Solicitation Number
W911KB24R0033
 
Response Due
2/20/2024 1:00:00 PM
 
Archive Date
03/20/2024
 
Point of Contact
Derek Hitt, Phil Charles
 
E-Mail Address
derek.hitt@usace.army.mil, phil.charles@usace.army.mil
(derek.hitt@usace.army.mil, phil.charles@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
INDEFINITE DELIVERY CONTRACT FOR ENVIRONMENTAL SUPPORT SERVICES, PRIMARILY LOCATIONS, ALASKA, POD AOR. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. The US Army Corps of Engineers is conducting market research to facilitate a determination of acquisition strategy. The determination of acquisition strategy for this acquisition lies solely with the government and will be based on this market research and information available to the government from other sources. The U.S. Army Corps of Engineers, Alaska District, is conducting this market research for a potential Indefinite Delivery contract with a capacity of less than $50 Million in order to identify businesses which have the following capabilities: The scope of this environmental services contract is to provide environmental conservation, compliance, pollution prevention, and operations and maintenance support necessary to execute environmental mission requirements on behalf of US Army Corps of Engineers customers. �Primary customers include the US Army and US Air Force as well as non-DOD customers under the Interagency and International Services Program. Requirements shall be carried out as specified in the individual task orders at locations within the Pacific Ocean Division (POD) area of responsibility (AOR).� The majority of the work will be executed within the state of Alaska; however, the contracts will have the flexibility to execute EQ services projects elsewhere in the POD AOR to include Hawaii, Japan, Korea, and the Pacific Islands. Requirements include but are not limited to: air quality; cultural and natural resource management; hazardous material /hazardous waste management; pollution prevention; remedial action operations and maintenance; long term monitoring; pesticide management; petroleum, oil, and lubricant management; solid waste management; storage tank management; asbestos, radon, and lead-based paint survey; waste water and storm water management; drinking water surveillance, environmental baseline surveys; environmental assessments; and environmental impact analyses.�� Examples of specific services include tasks such as characterizing waste streams; environmental monitoring, sampling, and analysis; operating a hazardous waste accumulation site; conducting assessments and analyses under the National Environmental Policy Act (NEPA); sampling, removal, and closure of underground and aboveground storage tanks; and creating and updating environmental compliance plans.� Environmental activities may also include incidental restoration services. In carrying out work assignment(s) issued as task orders under this contract, the contractor shall furnish the personnel, equipment, tools, materials, vehicles, facilities, supervision and other items and services necessary for, or incidental to, the performance of work set forth herein. Contractor personnel shall possess appropriate certifications and training to accomplish the required services as specified in individual task orders.� Each task order will identify appropriate services. For work in areas outside the US and US territories, the Contractor shall comply with applicable international agreements and DOD policies.�� The Government will use information provided by interested vendors to determine the overall acquisition strategy for this procurement.� In response to this notice, interested vendors should submit a capability statement (3 pages or less) in written format via email to the Points of Contact (POCs) listed in this notice.� Please provide the following information in your capability statement: (1)������� Summary of how your company is uniquely capable and qualified to perform environmental conservation, environmental compliance, pollution prevention and environmental O&M activities. (2)������� Summary of projects completed that are similar to the types of projects outlined above.� Include the total cost and duration of each project and also indicate whether the work was performed as a prime contractor or subcontractor. Revised capability statements should reflect [See Note 1] , and submitted no later than the date and time listed in this notice. Note 1: NAICS 541620�supercedes NAICS 562910. Note 2: Notice ID W911KB24R0033�supercedes W911KB23R0032.� ��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4a62f097151d4ef0ba831ba0785c5448/view)
 
Place of Performance
Address: AK 99506, USA
Zip Code: 99506
Country: USA
 
Record
SN06955525-F 20240207/240205230043 (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.