Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 25, 2024 SAM #8307
SOLICITATION NOTICE

F -- Middleton Island, Long term monitoring, release investigation, and remedial action.

Notice Date
8/23/2024 9:35:20 AM
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
697DCK REGIONAL ACQUISITIONS SVCS FORT WORTH TX 76177 USA
 
ZIP Code
76177
 
Solicitation Number
697DCK-24-R-00569
 
Response Due
8/30/2024 1:00:00 PM
 
Archive Date
09/14/2024
 
Point of Contact
Sonia Holguin, Phone: 8172224397, Todd Butler, Phone: 8172224397
 
E-Mail Address
sonia.o.holguin@faa.gov, Todd.Butler@faa.gov
(sonia.o.holguin@faa.gov, Todd.Butler@faa.gov)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
The Federal Aviation Administration (FAA) contemplates issuing a Screening Information Request (SIR) for environmental services necessary to perform a Long Term Monitoring, Remedial Investigation and Remedial Action at Middleton Island, AK. The purpose of this pre-solicitation is to solicit statements of interest and capabilities from Small Business Administration (SBA) SEDB 8(a) certified business concerns capable of performing the type of work described in this notice. The Contractor will provide all equipment, supplies, labor, transportation, and supervision necessary to perform the tasks described in the scope of work (SOW), not attached. The SOW includes, but is not limited to, the following: Provide utility locate services Provide Remedial investigation services to delineate petroleum contaminated soil and groundwater associated with historical heating oil releases Contractor must collect groundwater samples from existing 3 wells (MW03, MW11, MW18) using low-flow sampling methodology and submit the samples for laboratory analysis. Each sample must be analyzed for: RRO, DRO, GRO, PAHs, and VOCs. All monitoring wells must be surveyed, and a groundwater elevation contour map generated based on the survey results. Contractor must collect a single surface water sample from the surface waterbody to the west of MW03, and analyzed for RRO, DRO, GRO, PAHs, and VOCs; TAH and TAqH must be calculated concentrations for all surface water samples. Contractor must collect 2 surface water and 5 soil samples at outfall of French drain. Contractor must review existing sample results and UVOST probes and preform an investigation to define the magnitude and the vertical and horizontal extent of hydrocarbon contamination at the Northern ATCBI; Contractor must review existing sample results and UVOST probes and preform an investigation to define the magnitude and the vertical and horizontal extent of hydrocarbon contamination and TCE at various AOCs Contractor must install and develop new wells in various locations per SOW Contractor must review existing sample results and preform an investigation to define the magnitude and the vertical and horizontal extent of hydrocarbon contamination at various AOCs Contractor must remove all previously identified soil that exceeds DEC Method Two Migration to Groundwater cleanup levels at various AOCs Contractor must construct an unlined landspread, which is categorized as a no-till type of landfarm, in accordance with ADEC Technical Memorandum on Landfarming at Sites in Alaska All permitting, licenses, certificates required to complete the work are the responsibility of the contractor to obtain All work must be performed in accordance with 18 AAC 75, ADEC Field Sampling Guidance, Groundwater Sampling and Monitoring Wells Guidance, Biogenic Interference and Silica Gel Cleanup, Draft Cleanup Levels Guidance for Methods Two and Three, and the Method 3 calculator; available at https://dec.alaska.gov/ Locations and building numbers will be provided with the full solicitation Fieldwork expected to be completed May � September 2025 as weather permits. Note*** Transportation to Middleton Island is limited to air and sea.� Lodging on the island is available only through a �bunkhouse� that needs to be coordinated with the FAA and the contractor will provide a cost set up for a self-sufficient camp for the project duration. In order to better understand the market for this potential requirement, the FAA requests the following information from interested SEDB 8(a) certified vendors: 1. Name of Company (the resultant Prime contractor that may ultimately be awarded the subsequent contract) 2. Address 3. Point of Contact name, email address and telephone number 4. UEI Number 5. Relevant experience on similar projects within the last five years. Please provide specific contract numbers, contact names and email information to support claimed capabilities. The System for Award Management (SAM) registration for interested Contractors must show that they are an active SBA certified 8(a) program participant or the interested Contractor must provide a copy of their SBA 8(a) certification letter in their response to this notice to be considered for inclusion in the future solicitation. Please submit your capability statement and the above information to Sonia.o.holguin@faa.gov no later than August 30, 2024 at 1500 Central Daylight Savings Time. Failure to respond to this pre-solicitation will preclude a Contractor�s ability to receive a copy of the future solicitation. Limit complete responses to no more than five pages. Information will not be released; however, mark PROPRIETARY on all documents submitted, as applicable.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bec6502f2b324dc29e555dc1132fc3d2/view)
 
Place of Performance
Address: Kenai, AK, USA
Country: USA
 
Record
SN07183692-F 20240825/240823230120 (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.