Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2009 FBO #2860
MODIFICATION

F -- Amendment 1 to Sources Sought notice for Environmental Remediation Services. If a response has been provided, there is no need to respond again.

Notice Date
9/21/2009
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
US Army Corps of Engineer - Omaha District, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-09-SE001
 
Response Due
10/2/2009
 
Archive Date
12/1/2009
 
Point of Contact
Loreen K. Blume, 402-995-2092
 
E-Mail Address
US Army Corps of Engineer - Omaha District
(loreen.k.blume@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Request for Information for Environmental Remediation Services Contracts DESCRIPTION The Omaha District, US Army Corps of Engineers is seeking qualified members of the Small Businesses Community (Small Businesses) (SB) Small Disadvantaged Business (SDB) Woman Owned Small Businesses (WOSB) Service Disabled Veteran Owned SB (SDVOSB) Historically Underutilized Business Zone (HubZone) and Section 8(a) participants) and/or small business-led teams, and small business joint ventures and Other than Small (OTS) concerns that qualify under the North American Industry Classification System (NAICS) Code 562910 Environmental Remediation Services (ERS). The ERS industry comprises establishments primarily engaged in the remediation and cleanup of contaminated buildings, mine sites, soil, or ground water; integrated mine reclamation activities, including demolition, soil remediation, waste water treatment, hazardous material removal, contouring land, and re-vegetation; and asbestos, lead paint, and other toxic material abatement. Cross references for establishments primarily engaged in developing remedial action plans--are classified in Industry 541620, Environmental Consulting Services; Excavating soil--are classified in Industry 238910, Site Preparation Contractors; Individual activities as part of a reclamation or remediation project--are classified according to the primary activity A potential Service Provider will be required to demonstrate ability and capability in furnishing a range of services for the remediation of contaminated environment to an acceptable condition including, but not limited to, preliminary assessment, site inspection, testing, remedial investigation, feasibility studies, remedial design, containment, remedial action removal of contaminated materials, storage of contaminated materials and security and site closeouts. If one of such activities accounts for 50 percent or more of a concerns total revenues, employees, or other related factors, the concerns primary industry is possibly that of that particular industry and not the Environmental Remediation Services Industry. The result of the market research may support the continuation of ERS that is currently being provided through numerous indefinite delivery-indefinite quantity (IDIQ) type contracts for the Northwestern Division, Southwestern Division, and South Pacific Division and their customers. This announcement is the narrative to a market research, and your responses are sought to identify members of the Small Business Community that have the knowledge, skills, and capability to provide the consolidated requirements. Interested Service-Providers under NAICS Code 562910 (Environmental Remediation Services (ERS) are hereby invited to submit a response to the market survey to demonstrate their technical, managerial and business capability to provide the requested services. As a result of the market research, the Government may issue a variety of firmed fixed price and cost reimbursable IDIQ type contracts as indicated below. THIS SOURCES SOUGHT NOTICE DOES NOT CONSTITUTE A REQUEST FOR A FORMAL PROPOSAL. This notice is provided as information to the marketplace and is an invitation for an expression of interest and demonstration of small business capability to perform ERS requirements. The Government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information. This notice also service as notification to incumbent Service Providers of potential consolidated requirements. Designated Procurement Center Representative, Office of Government Contracting of the Small Business Administration Representatives may be contacted at http://www.sba.gov/aboutsba/sbaprograms/gc/contacts/gc_pcrd1.html Response to this Sources Sought is strictly voluntary and will not affect any firm's ability to submit an offer if and when a solicitation is issued. There is no bid package or solicitation document associated with this announcement. The requested information is for planning purposes only and does not 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 Government 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. This Sources Sought coupled with the market survey constitutes a market research tool for the collection and analyses of information to determine the capabilities and capacity of Service Providers (specifically members of the Small Business Community) to support the U.S. Army Corps of Engineers Environmental Program It is anticipated that contracts will be required to provide full environmental remediation/restoration services, including incidental construction associated with remedial actions, and other incidental professional type services, to include site characterization and assessment, to federal or federally 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 protected 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, including 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 Comprehensive 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 be included in the Formerly Used Defense Site (FUDS) program. Task orders may require, but will not be limited to any combination of the following work: Work plans; studies with associated reports; multiple phases of field investigations; Resource Conservation and Recovery Act (RCRA) Facility Investigation (RFI); monitoring well installation and sampling; short and long term monitoring; support; data management; data interpretation; management of investigative derived waste; environmental and human health risk assessments; well abandonment; meetings; public meeting participation; hydrological and soil studies; project reports; engineering support and/or design, including Operations and Maintenance for HTRW sites; energy evaluations for remediation systems; remedial action plans; remedial action; site closeout/decision documents; future project programming and scheduling support. Projects may also require MEC characterization, removal design and execution at MEC sites. TYPES OF CONTRACTS It is anticipated that the strategy developed from information collected from this Sources Sought will include Indefinite Delivery/Indefinite Quantity (ID/IQ), Multiple Award Task Order Contracts (MATOC), site specific contracts, etc. The Government currently anticipates sharing contract capacity from future contracting actions between USACE Districts. All members of the Small Business Community (Small Business, HubZone, Service Disabled Veteran Owned, 8(a)) are strongly encouraged to complete the market survey in response to this notice. Based upon approval, it is projected that each contract will have a basic ordering period of three (3) years with one, two-year option period, for a total of five years of performance. Central Contract Registration (CCR) will be mandatory for these contracts (see CCR website at www.ccr.gov). Task orders may firm fixed price or cost-reimbursement, and performance based. SUBMISSIONS Interested parties are requested to complete the market survey found at the following website: http://www.surveymonkey.com/s.aspx?sm=pjdHIS1HluR6EtNKIAHvDg_3d_3d. Surveys must be completed no later than 5:00 PM CDT on 2 October 2009. Any information submitted is voluntary. (Note: Copy and paste website address to web browser to access survey). This Sources Sought will be used in planning future acquisitions; proposals are not requested at this time. Point of contact for this Sources Sought Notice is Loreen K. Blume, 402-995-2092 or loreen.k.blume@usace.army.mil. THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE. THIS IS A SOURCES SOUGHT NOTICE TO BE USED FOR PLANNING PURPOSES ONLY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-09-SE001/listing.html)
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 1616 Capital Ave, Omaha NE
Zip Code: 68102-4901
 
Record
SN01963571-W 20090923/090922000053-6e4e9472951442517cc3f1a4614d8d5f (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.