Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2008 FBO #2284
SOURCES SOUGHT

R -- The request is for Environmental Rapid Response

Notice Date
2/25/2008
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
W9128F-08-S-E0002
 
Response Due
4/15/2008
 
Archive Date
6/14/2008
 
Point of Contact
Patricia Overgaard, 402 221 3031
 
E-Mail Address
Email your questions to US Army Corps of Engineer - Omaha District
(Pat.M.Overgaard@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for Environmental Rapid Response Contracts DESCRIPTION THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY AND IS NOT A NOTICE OF SOLICITATION ISSUANCE. Response to this RFI is strictly volun tary and will not affect any corporation's ability to submit an offer if and when a solicitation is released. There is no bid package or solicitation document associated with this announcement. The requested information is for planning purposes and does no t constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of contractors' information. The Governme nt shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. The Omaha District, U. S. Ar my Corps of Engineers on behalf of its Northwestern Division Regional Business Center (NWD/RBC) U.S. Army Corps of Engineers is seeking information about potential sources interested and capable of providing services under North American Industry Classific ation System (NAICS) code 562910, Environmental Remediation for Environmental Rapid Response Services. This RFI constitutes a market research tool for the collection and analyses of information to determine the capabilities and capacity of contra ctors to execute the NWD/RBC Environmental Remediation program for Environmental Rapid Response Services. The NAICS 562910 Environmental Remediation industry comprises establishments primarily engaged in one or more of the following: (1) Remediation and cleanup of contaminated buildings, mine sites, soils, or ground water; (2) Integrated mine reclamation activities, including demolition, soil remediation, waste water treatment, hazardous material removal, contouring land, and re-vegeta tion; and (3) Asbestos, lead paint, and other toxic material abatements. NOTE: Requirements will be for TIME SENSITIVE response actions. See Scope of Services for details. SCOPE OF SERVICES  STATEMENT OF WORK It is anticipat ed that the contracts will be required to provide full environmental remediation/restoration services, including incidental construction and other incidental professional type services, to include site characterization and assessment, to federal or federal ly funded sites, as defined by NAICS Code 562910. These sites may involve the potential release, or presence of hazardous toxic or radioactive waste, or hazardous or toxic substances. Sites may involve a potential for physical or hazardous risk to protect ed ecosystems or the environment, or the restoration of such ecosystems. Project sites may involve the presence of infectious, biological or chemical wastes or contamination, or the presence, release or potential release of all controlled substances, inclu ding petroleum and petroleum based products. Select sites may involve the presence of Ordnance and Explosives (OE), Unexploded Ordnance (UXO) or chemical warfare agent(s). Requirements may involve Resource Conservation and Recover Act (RCRA) and the Compr ehensive Environmental Response, Compensation and Liability Act (CERCLA) regulations in addition to specific regulations from State regulatory agencies including those related to underground storage tanks (UST). Sites may involve the incidental design, as sembly and installation of preventive or protective systems required to protect human populations, facilities, and ecosystems from the threat of natural disasters, acts of terrorism or acts of war. Sites may involve the management, demolition and debris di sposal services, hazardous or non-hazardous, resulting from a natural disaster or act of aggression against the United States. Project(s) may involve a variety of services determined necessary to meet the response demands of the federal government in support of Homeland Defense and the global war on terrorism (CONUS and OCONUS). To meet such demands, some of the contractors will be required to provide these serv ices on a relatively short notice. Requirements are for TIME SENSITIVE response actions in support of all Federal Agencies. This includes, but not limited to environmental actions for DoD, DOE, EPA, DOI, and others. Work may also include respons e to support Homeland Security, Global War on Terrorism (CONUS and OCONUS), and any other time sensitive response deemed necessary and appropriate for usage under this contract. Specific Requirements include: OCONUS and CONUS including Alaska , HI, and Puerto Rico Emergency Response (mobilization within 24 hours), Immediate Response (mobilization within 6 days) Rapid Response (Mobilization within 21 days) TYPES OF CONTRACTS Best practices and lessons learned from past operations success include competition, socio-economic participation, service provider capability cost reimbursement type contracts and advanced contracts commonly known as multiple award indefinite-delivery (IDT) contract (multiple awards of IDT contract s under a single solicitation for the same services to two or more sources). ?The Government currently anticipates awarding up to nine contracts to large and small businesses.?All sub-categories of small businesses are being considered at during our marke t research phase.?Based upon approval, it is projected that each contract will have a basic ordering period of three (3) years with two additional two year option periods, for a total of seven years for performance.??Central Contract Registration (CCR) wil l be mandatory for these contracts (see CCR website at www.ccr.gov). It is anticipated that a majority of the work will be cost reimbursement type contracts, thus requiring a sufficient cost accounting system. Task orders will be issued prima rily utilizing cost-reimbursement procedures; however, task orders for firm-fixed-price may also be utilized dependent on the nature of the requirement. All task orders will be conducted in coordination with the geographic Major Subordinate Command (MSC) and District Officers. All ordnance and chemical agent related response task orders will be conducted in coordination with the appropriate U.S. Army Corps of Engineers, Center of Expertise. It is estimated that individual task orders will range from $5 0,000 up to approximately $10 million and include multiple time sensitive response actions, as well as, the potential for multiple, large site investigations / remediation with concurrent performance schedules. Also included is support to the nation for H omeland Security and Global War on Terrorism (CONUS and OCONUS). Time sensitive Military Munitions Response Actions ARE included in this scope of work. SUBMISSIONS Capabilities package/response submittal must be received no later than 2:00 C entral Standard Time on 28 March 2008. Any?information submitted is voluntary.?? 1. Interested firms having the capabilities necessary to meet or exceed all aspects of NAICS code 562910, Environmental Remediation for Environmental Rapid Response S ervices and able to meet the time sensitive requirements as listed in the Scope of Services, may submit a capabilities and capacity statement package. The submission shall be prepared in Microsoft Office 2000 or greater, no more than five (5) pages, not i ncluding the Cover Letter, in length, single spaced, 10 point font minimum. Submissions that do not comply with the instructions contained herein may not be reviewed. 2. A cover letter provided for the five (5) page submission shall includ e: a. Name and address of the company b. Companys business size status (i.e. Other than Small (OTS) Small (SB), Small Disadvantaged Business (SDB), Women -Owned Small Business (WOSB), Historically Underutilized Business Zone (HubZone), Section 8(a)); c. A point-of-contact to include phone number, fax number, and email address. In addition, please provide affiliate information: parent company, joint vent ure partners, and potential teaming partners.? 3. The capability and capacity statement package must demonstrate and address: a. Prior/current specific experience at Federal installations, as well as, non federal installations in TIME SENSITIVE RESPONSE ACTIONS, including magnitude, scope, and complexity within the last three years, contract number, organization supported, indication of whether a prime contractor or subcontractor, contract value, Government point of contact with a current telepho ne number, a brief description of how the contract referenced relates to the services described herein; b. A listing of active NAICS environmental remediation contract(s), maximum contract capacity, committed contract capacity to date; active remaining capacity; c. Current successful teaming arrangements with other business concerns, large or small.???? 4. This RFI is for planning purposes and is not to be construed as a commitment by NWD to pay for information submitted in response to this request. Respondents will not be notified of the results of the market analysis and debriefings will not be available. It is the reader responsibility to monitor the FedBizOpps for any resultant or future solicitation package (s). 5. Results of t he market research will be used to satisfy Parts 5, 10 and 19 and other applicable parts of the Federal Acquisition Regulation (FAR) and associated directives and guidance. Specifically, the results of the research will be used to analyze, evaluate, deter mined and document the capabilities and capacity of contractors to provide services as described in the Scope of Services. The information gathered may be used by the Government in a variety of ways such as to document formal acquisition plans, benefit an d cost-type determination and justifications, and to determine industry best practices, technical and acquisition approaches. 6. In addition to the above, the Government requests comments from interested parties to the following questions: <BR >a.?Would you be interested in submitting a proposal considering the anticipated scope of work items????? If not, why? b.?In reference to 1 above, do you have sufficient experience in the anticipated scope items that would allow the evaluator to ass ess your capability????? If not, please explain. c. What is the minimum and maximum dollar value project on which your firm would routinely consider submitting a proposal? d.?What maximum annual capacity of work can your firm reasonably manag e while assuring effective program/project implementation and maintaining quality products? e. Do you have an approved Cost Accounting System suitable for Cost Reimbursement Type Contract(s)? f. Do you have a current DCAA audit? g. A bility to respond to Time Sensitive Work within the time frames identified in the Scope of Work: CONUS  please respond to each element as identified as to whether or not you can provide the required element: Emergency Response (mobilization within 24 hours) Immediate Response (mobilization within 6 days) Rapid Response (Mobilization within 21 days) OCONUS  please respond to each element as identified as to whether or not you can provide the required element: Emergency Response (mobilization within 24 hours) Immediate Response (mobilization within 6 days) Rapid Response (Mobilization within 21 days) h.?Address capability of performing both CONUS and OCONUS requirements versus limiting to one or the other. Please provide recommendations. i. Do you have a master subcontracting plan? j.?If you are a small business, would you consider submitting a pro posal as a prime contractor? k.?In what socio-economic programs do you now participate (e.g. Mentor Prot?g?, etc.)??What is the extent of your participation in these programs? l.?What are the most critical criteria that would distinguish one companys capabilities from another??Explain. m.?Would you participate in this acquisition with other firms as teaming members or joint ventures?? What other teaming opportunities do you see for this acquisition? n.?The potential for up to ni ne contract awards may result from this acquisition and that a portion of these awards will be reserved for small business. For small business consideration, would your firm be able to compete under NAICS 562910????? If not, why? Please provide your recom mendations concerning the anticipated number of contract awards, how many contracts should be reserved for small business, and the proposed NAICS. o.?Do you have any other comments or suggestions that you would like to share with us? Please e-mail responses to Pat.M.Overgaard@usace.army.mil no later than 28 March 2008.??Responses must include in subject line Request for Information: Environmental Rapid Response Services or mailed to: U.S. Army Corps of Engineers, Omaha District, Contracting Division (Overgaard), 106 South 15th Street, Omaha, Nebraska 68102-1618. This is an RFI to be used in planning a future acquisition, please do not send in any proposals.?Request for proposals, if and when issued, will be available via the Internet at www.fedbizopps.gov, www.acquisition.army.mil/asfi/, and fedteds.gov.?As such, it is the potential offerors responsibility to monitor these sites for the release of any additional information. THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSU ANCE.???? THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY.???
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN01516183-W 20080227/080225230240 (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.