SOLICITATION NOTICE
F -- Remediation MATOC
- Notice Date
- 2/4/2025 6:34:58 AM
- Notice Type
- Presolicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- W2SD FEST NAU1 EUROPE APO AE 09096 USA
- ZIP Code
- 09096
- Solicitation Number
- ENV-25-0012
- Response Due
- 2/19/2025 1:00:00 AM
- Archive Date
- 03/06/2025
- Point of Contact
- SFC Sterling Alphonse, Phone: 0114961197442106, Christian Solinsky, Phone: 4961197442281
- E-Mail Address
-
sterling.j.alphonse@usace.army.mil, christian.h.solinsky@usace.army.mil
(sterling.j.alphonse@usace.army.mil, christian.h.solinsky@usace.army.mil)
- Description
- The purpose of this Sources Sought is for Market Research purposes only. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought notice or any follow up information requests. GENERAL INFORMATION: The U.S. Army Corps of Engineers, Europe District, requests letters of interest from qualified firms interested in performing work in support of environmental surveillance and remediation services. Under this planned contract, the Contractor shall provide all labor, supervision, transportation, supplies, vehicles, tools, materials, equipment, and incidental services required to execute and document results of environmental remediation projects at DoD facilities. The type of work to be performed under this contract shall include but is not limited to: Surveys, Assessments, and Plans: Environmental surveys to assess the potential for contaminant release, threats to biological and natural resources, and compliance with environmental regulatory requirements, including surveys of hazardous building materials. Environmental assessments to evaluate spatial contaminant distribution, groundwater or contaminant modeling, risks to human health or the environment, and sampling and analysis of various environmental media (including geotechnical testing and camera surveys). Consulting services such as providing technical evaluations and recommendations; planning and remedial design; reporting remediation effectiveness and remediation optimization support. Project planning including developing work plans; sampling and analysis plans; quality control plans; management plans; accident prevention plans, and operations, maintenance, or training plans. The type of materials/environmental media collected (for chemical analysis) may include but is not limited to soil and sediment; surface water, drinking water and groundwater; indoor or outdoor air, aerosols, particulates; radiochemical, biotoxin, and other suspected or known hazardous materials or waste. The sampling/assessment methods required may include but are not limited to: grab, composite or incremental sampling techniques; hollow-stem auger, wet rotary or air drilling; low-flow, hand bail or grab water sampling; passive or active air sampling for emissions/particulates; remote sensing technologies (ex. aerial photography or lidar, x-ray fluorescence, membrane interface probe, cone penetration testing, hyperspectral screening, etc.), GIS-applications; and sampling of non-routine wastewater manholes/outlets/drains; irrigation wells or public water supply systems; drinking water taps or hydrants; open pits and piles of soil; hazardous storage containers, tanks or handling areas, or building/construction materials. Studies and Reports: Studies related to contaminant identification and mitigation for various hazardous or non-hazardous materials and chemicals, as well as toxic or radioactive substances. Environmental studies including hydrogeological/geological studies, remedial investigations, feasibility studies, fate and transport analyses, corrective measure studies, pilot tests, and effectiveness of implemented remedial actions. Technical reporting to present the results and conclusions of studies, assessment and investigations and developing decision documents for government or Host Nation acceptance. Develop regulatory updates. Environmental compliance determinations. In-situ/Ex-situ Cleanup: Installation and/or operation and maintenance of remediation systems. To include remedial system optimization and bench-scale or pilot testing. Installation and/or operation and maintenance of monitoring systems (ex. groundwater monitoring well arrays, piezometers, vapor wells, etc.). Removing, treating and/or disposing of contaminated media, including soil disposal (contamination mitigation). Monitoring of remediation effectiveness. Other Mitigation and Environmental Services: Rehabilitation, operations and maintenance, repairs, optimization, inspection and decommissioning of environmental remediation systems, wells or other associated infrastructure. Emergency Spill Response and Assessment of spill areas. Protecting/repairing eroded (or potentially eroding) areas. Repairing/replacing compromised storage tanks. Sampling/Removing/Mitigating asbestos, lead paint, and radon. Conducting topographic surveys and other elevation and location measurements. Conducting site surveys and evaluations of Unexploded Ordinance (UXO). Environmental database and software updates, ex. Environmental review guide (ERG), WEBCASS, inventories, etc. Provide environmental training services. The proposed contract may be used to support the U.S. Army Europe Installations and/or other U. S. Government Agency requirements in Germany and Poland. Small and Disadvantaged Business requirements are waived for this project due to its location being OCONUS. The contract will consist of a five-year base period. The contemplated value is $45,000,000.00 to be shared across the contract pool. SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS: Please include a narrative to answer each of the following questions: (Total number of pages shall not exceed 5.) (1) Name of firm, address, point of contact, phone number, and email address. (2) CAGE Code and DUNS number (if available). (3) Your intent to submit a proposal for this project when it is formally advertised. (4) Your firm�s capability to perform a contract of this complexity. Include offeror's in-house capability to execute remediation and contaminant mitigation services, experience with comparable work performed within the past five (5) years, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) are requested to provide no more than 3 examples of projects performed for review. (5) Your firm�s willingness and ability to do work in Germany. Offerors shall either have the in-house capability to work in Germany or discuss what arrangements (e.g. teaming arrangement, joint venture) it has or will put in place to perform the work. North American Industrial Classification System (NAICS) Code applicable to this possible acquisition is 562910. Please submit responses to: Sterling Alphonse (Contract Specialist) via email at sterling.j.alphonse@usace.army.mil and Christian Solinsky (Contracting Officer) via email christian.solinsky@usace.army.mil no later than 19 February 2025 at 10:00 hours Central European Summer Time.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bd75d54522084b1099df026d61f0b1c5/view)
- Place of Performance
- Address: Wiesbaden 65191, DEU
- Zip Code: 65191
- Country: DEU
- Zip Code: 65191
- Record
- SN07331799-F 20250206/250204230029 (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 |