Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2009 FBO #2952
MODIFICATION

F -- Request for Information (RFI) for Site Specific Environmental Remediation Services for Libby Asbestos Superfund Site

Notice Date
12/22/2009
 
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
W9128F10SE001
 
Response Due
2/8/2010
 
Archive Date
4/9/2010
 
Point of Contact
Julia Siderewicz, 402-995-2063
 
E-Mail Address
US Army Corps of Engineer - Omaha District
(julie.k.siderewicz@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Information (RFI) for Site Specific Environmental Remediation Services for Libby Asbestos Superfund Site, MT 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 voluntary 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 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. The Omaha District, U. S. Army 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 Classification System (NAICS) code 562910, Environmental Remediation for Environmental Services at the Libby MT Asbestos Superfund Site. Information can be found at http://www.epa.gov/libby/ This RFI constitutes a market research tool for the collection and analyses of information to determine the capabilities and capacity of contractors for the Environmental Remediation at the Libby Asbestos Superfund site for USEPA Region 8 under a USACE Omaha District Contract. 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, or soils; (2) Integrated mine reclamation activities, including demolition, soil remediation, waste water treatment, hazardous material removal, contouring land, and re-vegetation; and (3) Asbestos, lead paint, and other toxic material abatements. SCOPE OF SERVICES STATEMENT OF WORK The anticipated contract 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 the federally funded Libby Asbestos Superfund site, Libby Mt, as defined by NAICS Code 562910. The sites comprising the Libby superfund site include commercial, government, and residential properties that may involve the presence and potential release of Libby Amphibole asbestos (LA) into the environment. LA may be present in interior vermiculite insulation, in interior crawl spaces and basements, or in exterior contaminated soil. Remediation activities involve the removal of the LA sources, cleaning of property interiors and contents, confirmation sampling and restoration of the properties. Sites may also involve a potential for physical or hazardous risk ancillary to the LA removal. Project sites may involve the presence of infectious, biological or chemical wastes or contamination, or the presence, release or potential release of controlled substances, including petroleum and petroleum based products. Requirements involve the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA) regulation and OSHA regulations in addition to State and local regulations. Sites may involve the incidental design, assembly and installation of preventive or protective systems required to protect human populations, facilities, and ecosystems from exposure to LA during the course of site remediation. Sites may involve structure demolition and the management and disposal of associated debris, hazardous or non-hazardous. The project may also involve management of remediation derived waste disposal and waste disposal areas including a mine repository and a landfill cell. Project execution requirements include coordination of site characterization and removal activities with home owners and property owners, management of homeowner relocation, provision of security for properties with homeowner relocation, integration of contractor site characterization and removal action quality control activities with an independent A-E services contractor, the COE and United States Environmental Protection Agency (USEPA), property progress tracking, EPA data base support as well as support of required field management data bases, incidental excavation design and CADD support, health and safety support inclusive of conducting and evaluating the results of personal and area air monitoring, acting as an asbestos containment competent person as well as having confined space, scaffold erection and excavation competent person capabilities, routine reporting of project progress, concerns and costs to USACE, and general project and project property management., Type of Contract The Government currently anticipates awarding ONE small business contract. Total contract ceiling will be approximately $200M. All sub-categories of small businesses are being considered at during our market research phase.Based upon approval, it is projected that the contract will have a basic ordering period of Three (3) years with one (1) additional two (2) year option period, for a total of five years for performance.Central Contract Registration (CCR) will be mandatory for these contracts (see CCR website at www.ccr.gov). Award will be issued cost reimbursement, fixed fee, thus contractor will be required to have a DCAA approved cost accounting system and processes as well as a sufficient cost accounting system to adequately track expenditures and commitments on a real time basis and to project cost and project execution metrics for the purpose of optimizing project efficiencies. It is estimated that yearly funding to be awarded will range from $35mil to approximately $50 million per year and include multiple residential and commercial response actions, site investigations, and waste repository management with concurrent performance schedules in all Operable Unit areas associated with the Libby Asbestos Super fund site including the communities of Libby and Troy Montana Submissions Capabilities package/response submittal must be received no later than 2:00 Central Standard Time on 08 February 2010. Anyinformation submitted is voluntary. 1. Interested firms having the capabilities necessary to meet or exceed all aspects of NAICS code 562910, Environmental Remediation for Environmental Services at Libby Montana Asbestos Superfund Site as listed in the Scope of Services, may submit a capabilities and capacity statement package. Submissions that do not comply with the instructions contained herein may not be reviewed. Submissions must be in the order listed below. Specific concise replies must be provided for each question asked. 2. A transmittal letter shall include: 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 venture partners, and potential teaming partners. 3. The capability and capacity statement package, please address each specific question individually. a. Provide Prior/current specific experience with USEPA superfund projects including magnitude, scope, and complexity within the last 7 years years, contract number, indication of whether a prime contractor or subcontractor, contract value, contract type (Fixed Price, Cost Reimbursement, Time and Materials), Government point of contact with a current telephone number, a brief description of how the contract referenced relates to the services described herein; b. Describe Prior/current specific experience specifically with USEPA Region 8 (Denver) and USEPA Region 8 Montana offices c. Describe Prior asbestos abatement experience d. List Substantial prior residential removal/remediation experience. e. Provide a listing of active NAICS environmental remediation contract(s), maximum contract capacity, committed contract capacity to date; active remaining capacity; f. Describe 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 or Army Single Face to Industry (ASFI) for any resultant or future solicitation package (s). 5. Results of the 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, determined 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 and 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: 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 assess your capability? If not, please explain. c.What maximum annual capacity of work can your firm reasonably manage while assuring effective program/project implementation and maintaining quality products? Provide any relevant information that demonstrates the ability to manage, execute and administer a project with annual revue between 35-50 million annually. d. Do you have an approved Cost Accounting System suitable for Cost Reimbursement Type Contract(s)? e. Do you have a current DCAA audit? f. Do you have previous experience in residential remediation projects? g. Do you have experience in asbestos abatement and asbestos management? State How many current employees have current asbestos worker certificates in some state? h. Do you have current employees with asbestos Competent Person Status as required by the scope for the following? asbestos removal and containment excavation scaffold erection i. Do you currently have an industrial hygienist on staff with experience in asbestos related air monitoring, results interpretation and performance of exposure assessments? j. Do you have a project management and cost tracking system in place that can accommodate both routine task order work as well as undefined emergency response actions that may be added any time during the field effort? k. Do you have site characterization and removal design support experience? l. Do you have a master subcontracting plan? m.If you are a small business, would you consider submitting a proposal as a prime contractor? n.In what socio-economic programs do you now participate (e.g. Mentor Protg, etc.)?What is the extent of your participation in these programs? o.What are the most critical criteria that would distinguish one companys capabilities from another?Explain. p.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? q.For small business consideration, would your firm be able to compete under NAICS 562910? If not, why? r.Do you have any other comments or suggestions that you would like to share with us? Please e-mail responses to julie.k.siderewicz@usace.army.mil no later than 08 February 2010.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 (Siderewicz), 1616 Capitol Ave, Omaha, Nebraska 68102-4901. 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.acquisition.army.mil/asfi/ or www.fedbizopps.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 ISSUANCE.THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F10SE001/listing.html)
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 1616 Capital Ave, Omaha NE
Zip Code: 68102-4901
 
Record
SN02029282-W 20091224/091222234914-3bfb558261c5ec5fce2e9142b58408f4 (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.