SOURCES SOUGHT
F -- Environmental Remediation for Southern California
- Notice Date
- 1/30/2025 6:41:00 AM
- Notice Type
- Sources Sought
- NAICS
- 562910
— Remediation Services
- Contracting Office
- W075 ENDIST LOS ANGELES LOS ANGELES CA 90017-3409 USA
- ZIP Code
- 90017-3409
- Solicitation Number
- W912PL25S0011
- Response Due
- 4/18/2025 12:00:00 AM
- Archive Date
- 05/03/2025
- Point of Contact
- Roger Minami, Procurement Analyst, Office of Small Business Programs
- E-Mail Address
-
kinya.r.minami@usace.army.mil
(kinya.r.minami@usace.army.mil)
- Description
- Description: FEMA has engaged the U.S. Army Corps of Engineers (USACE), Los Angeles District (SPL) to assist with recovery efforts for the LA Fires. All small businesses including: Tribal-Owned, NHO-Owned, ANC, SDVOSB, HUBZone, WOSB, SDB and those in the SBA 8(a) Program are welcome to submit. Firms such as these have capabilities to perform environmental remediation/environmental assessment services that will be needed for these recovery efforts. Responses from these and other firms interested in providing these services are welcomed. Please submit your responses to this sources sought to: Roger Minami at kinya.r.minami@usace.army.mil. Please provide responses to the questions below: Offeror's name, address, point of contact, Unique Entity ID in SAM and phone number and email address. Provide an inventory of equipment relevant to debris removal work. What State approved laboratories would your firm consider using? How many employees would be available to perform Hazardous Site Assessment 2 weeks after award? 4 weeks after award? Can your firm submit an Accident Prevention Plan (APP), Activity Hazard Analysis (AHA), HSA Workplan, Contractor Quality Control (CQC) Plan, other required submittals within 72 hours after contract award? Can you firm perform 50% of debris removal or related work? Please identify which subcontractors are part of your team? Please identify what potential roles each subcontractor would be performing. Please identify what other capabilities your firm can perform to assist with the recovery. Please identify the number of personnel and skill sets they have to assist in the recovery. What are your Home Office Overhead and G&A rate(s)? Past performance/experience on projects of similar scope and magnitude, describing no more than three (3) projects within the last (6) years that are complete. Past performance info to include: (Project Title and Location)(general description to demonstrate relevance to proposed project)(dollar value)(agency or gov entity for which the work was performed with contact info if possible) CPARS or related ratings information Business and business size (whether small business, SDB/8(a), WOSB, HUBZone, SDVOSB or other than small business (OTSB). Joint venture info if applicable All interested firms must be registered and current in the System for Award Management (SAM) to be eligible for award of Government contracts. Please submit materials in PDF This notice IS NOT a solicitation. No reimbursement will be made for any costs associated with providing information in response to this notice. Items above subject to change. This is not a request for proposals/RFP. No award will result from this notice. This notice does not constitute any commitment by the Government. If you have any comments or questions, please feel free to contact Roger Minami anytime. Should there be an industry day associated with this notice, no reimbursement will be made for travel or other expenses.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f880294d9fae47c3a36ea4ed2fb5d707/view)
- Place of Performance
- Address: CA 90272, USA
- Zip Code: 90272
- Country: USA
- Zip Code: 90272
- Record
- SN07328567-F 20250201/250130230115 (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 |