Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2007 FBO #2169
SOURCES SOUGHT

C -- PROFESSIONAL REMEDIATION SERVICES

Notice Date
11/2/2007
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
R-2007-03
 
Response Due
11/16/2007
 
Archive Date
11/2/2008
 
Point of Contact
Sherry L. Gasaway, Contracting Officer, Phone 321-867-5294, Fax 321-867-1166, Email sherry.l.gasaway@nasa.gov - Kari R Cezat, CONTRACT SPECIALIST, Phone 321-867-8912, Fax 321-867-2042, Email Kari.R.Cezat@nasa.gov
 
E-Mail Address
Email your questions to Sherry L. Gasaway
(sherry.l.gasaway@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/KSC is hereby soliciting information about potential sources for firms interested and capable of providing professional remediation services required to develop and implement contamination assessment and remediation requirements for Resource Conservation and Recovery Act (RCRA) sites and petroleum contamination for NASA on the John F. Kennedy Space Center (KSC) and Cape Canaveral Air Force Station (CCAFS). No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror?s responsibility to monitor these sites for the release of any solicitation or synopsis. This synopsis is a market research tool only that will be used to determine potential and eligible small business firms capable of providing these services prior to determining the method of acquisition and issuance of a Request for Proposal (RFP). Therefore, all interested parties are encouraged to respond. The North American Industry Classification System (NAICS) Code is 562910, Remediation Services, which has a Small Business Size Standard of $13.0 million. For informational purposes, the estimated extent of service required will be approximately 3 individual Basic Ordering Agreements (BOA?s), each with an estimated magnitude of $6-7 million over a five year ordering period. It is estimated that individual task orders will range from under $100,000 to approximately $2 million and may include multiple, large site investigations with concurrent performance schedules. DESCRIPTION ? In support of the NASA/KSC Environmental Office, the firm shall provide the necessary resources to develop and implement contamination assessment and remediation requirements for Resource Conservation and Recovery Act (RCRA) sites and petroleum contamination for NASA on KSC and CCAFS. KSC and CCAFS, as mass generators of hazardous waste, are regulated under a Resource Conservation Recovery Act (RCRA) Permit which includes Hazardous and Solid Waste Amendments (HSWA) corrective action requirements. As such HSWA corrective actions requirements are managed under a compliance schedule known as a Corrective Action Management Plan (CAMP). The CAMP contains regulatory compliance dates that include stipulated penalties for failure to meet required dates for submittal of RCRA corrective action documents. Regulatory documents include Solid Waste Management Unit (SWMU) Assessment Reports, Confirmatory Sampling Work Plans, Confirmatory Sampling Reports, RCRA Facility Investigation Work Plans, RCRA Facility Investigations, Corrective Measures Study Work Plans, Corrective Measures Studies, Statements of Basis, Corrective Measures Design, and Interim Measure Work Plans. These tasks will require working with the NASA/KSC Environmental Office, other NASA contractor organizations, the U.S. Environmental Protection Agency (EPA), and Florida Department of Environmental Protection (FDEP). REQUIREMENTS - The firm will be required to perform tasks which primarily include the preparation and implementation of SWMU Assessments, Confirmation Sampling Work Plans, Confirmation Sampling investigations and Reports, RCRA Facility Investigations (RFI) with RFI Work Plans and RFI Reports (including human health and ecological risk assessments), Corrective Measures Work Plans and Studies, and Statements of Basis. The firm will be required to accomplish each RFI in accordance with applicable U.S. Environmental Protection Agency (EPA) and Florida Department of Environmental Protection (FDEP) RCRA and TSCA directives. The firm shall also prepare Interim or Corrective Measure Work Plans for required soil and/or groundwater clean up and perform groundwater monitoring and operations and maintenance of installed groundwater clean up systems. The firm shall also develop and implement petroleum contamination investigations in accordance with Chapter 62-770, Florida Administrative Code (FAC). The firm shall be able to support project tasks that begin with investigations and conclude with the submittal and approval by the FDEP of a Site Assessment Report and/or Remedial Action Plan that determines site disposition. Work implementing the corrective measures is not included in the scope of this requirement. The firm shall support the agency review and approval process and provide engineering support during the public review and comment periods for RCRA permit modifications. The firm shall provide final submittals to the Government and shall be signed and sealed by Florida registered professional engineers or geologists. During the past fiscal year over sixty-five (65) of these corrective action documents were submitted to the FDEP for regulatory approval including concurrent submittals of Corrective Measures Studies for two large complex sites. In December of 2007, fifteen corrective action documents are due for submittal. The contractor must have specialized experience and technical competence in the development and implementation of contamination assessment and remediation requirements for RCRA Sites and petroleum contamination, with specific experience at Federal installations in Florida. The professional services ordered require multi-disciplined engineering skills demanding selected firms to be staffed, at a minimum, with engineers demonstrating experience in each of the following disciplines: civil engineering, chemical engineering, environmental engineering, and geotechnical engineering. Other required project staff disciplines include biologists, geologists, and engineering technicians capable of manipulating the sampling, geologic, and engineering data through the use of common word processing, database software, etc. The firm must use analytical laboratories that have a state of Florida-approved Quality Assurance Project Plan and all drillers shall be licensed in the state of Florida. Location of the firms essential staff for this effort shall be within 150 miles of KSC and CCAFS (or a commitment to locate within 150 miles) and knowledge of the KSC and CCAFS locality. NASA?s requirements require firms capable of performing multiple, large site investigations with demanding schedules at the same time. CAPABILITIES PACKAGE ? It is requested that interested firms having the capabilities necessary to meet or exceed all aspects of the effort described herein, submit to the contracting office a capabilities statement package (no more than 5 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed above. The capability statement and its cover letter must be submitted electronically to the following email address: Sherry.L.Gasaway@nasa.gov. The subject line for email submission should be ENV ? Capability Statement. Responses must be received by November 16, 2007, not later than 1700 Eastern Time. The submission shall be prepared in either PDF or Microsoft Office 2000 or greater. NASA/KSC may not evaluate offeror submissions that do not comply with the submission instructions. NASA/KSC will evaluate all offeror submissions that comply with submission instructions using the following criteria: breadth, depth and relevancy of experience as it relates to the work described above. The cover letter provided with your 5 page submission shall include the following information: (1) Company Name and Address; Company Business Size and Business Size Status (i.e. large, small, small disadvantaged, women-owned small, HUBZone small, 8(a), etc.); and Point-of-Contact name, phone number, fax number, and email address. The capability statement package must address, as a minimum, the following: (1) prior/current specific experience at Federal installations in Florida in preparing reports/investigations in accordance with U.S., EPA, and FDEP RCRA, and TSCA directives, including magnitude, scope, and complexity within the last three years, including contract number, organization supported, indication of whether prime or subcontractor, contract value, Government point of contact with current telephone number, a brief description of how the contract referenced relates to the services described herein; (2) company profile including a staffing plan; annual revenue history; office location(s); DUNS number; demonstration of financial stability, ability to retain existing staff and hire/acquire qualified personnel, and ability to provide continuity of operations at the beginning and the end of a contract; and if a small business firm, an assurance it will be able to perform 50% of the work; and (3) resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications and specified relevant work experience of such personnel. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Debriefings will not be available. The Government reserves the right to consider a small business, 8 (a) or any other set-aside arrangement as deemed appropriate for this procurement. All responses pertaining to this announcement must be submitted in writing to Ms. Sherry L. Gasaway, Contracting Officer, at: Sherry.L.Gasaway@nasa.gov not later than November 16, 2007. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#127681
 
Record
SN01446015-W 20071104/071102224508 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.