Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2010 FBO #2974
SOURCES SOUGHT

R -- Environmental Remediation Services, within the USACE South Pacific Division boundaries for HTRW, MMRP, Compliance, Operation and Maintenance, and Asbestos and Lead-Based Paint Abatement Services

Notice Date
1/13/2010
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
 
ZIP Code
95814
 
Solicitation Number
W91238-10-S-0013
 
Archive Date
1/29/2010
 
Point of Contact
Patricia A. Christie, Phone: 9165575228
 
E-Mail Address
Patricia.A.Christie@usace.army.mil
(Patricia.A.Christie@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
ENVIRONMENTAL REMEDIATION SERVICES SOURCES SOUGHT 1. This is a SOURCES SOUGHT NOTICE for Market Research ONLY to determine the availability of potential firms. No award will be made from this sources sought notice. No solicitation is available at this time. Potential offerors having the skills, capabilities, and experience necessary to perform the described project are invited to provide feedback via email to Patricia Christie, at Patricia.A.Christie@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Particularly, the purpose of this notice is to gain knowledge of potential small business sources. The capabilities will be evaluated solely for the purpose of determining any set-asides for the small business community. "Other than small" businesses may respond to this notice. The government must ensure there is adequate competition among the potential pool of available contractors. The NAICS Code is 562910, Environmental Remediation Services. The small business size standard for Environmental Remediation Services specifically is 500 employees. 2. PROJECT INFORMATION: These indefinite-delivery, indefinite-quantity environmental remediation services (ERS) contracts will provide the U.S. Army Corps of Engineers (USACE) with the capability to execute Hazardous Toxic and Radioactive Waste (HTRW), Military Munitions Response Program (MMRP), Compliance, Operation and Maintenance, and Asbestos and Lead-Based Paint abatement projects. The contracts will support the South Pacific Division environmental professional services within the South Pacific Division civil and military geographic boundaries. These boundaries include the states of California, Arizona, Nevada, Utah, New Mexico, and parts of Oregon, Idaho, Wyoming, Colorado, and Texas. See website www.spd.usace.army.mil for a map. This work will include investigation activities that may include, but are not limited to, the following: drilling, soil vapor surveys, geophysical surveys (including but not limited to electromagnetic, ground penetrating radar, electrical resistivity, and seismic), well and/or instrumentation installations; vadose zone fluid/air flow measurement; aquifer testing; sampling and analysis of soil, sediment ground water, surface water, hard surface, tank/drum contents, air and soil vapor; performing surface and borehole geophysics; excavation of test pits/trenches; sampling and testing of geotechnical materials; munitions and explosives of concern (MEC) avoidance; habitat studies; remedial investigations; feasibility studies; pilot testing; and asbestos and lead-based paint surveys. Sampling and analysis for a wide variety of parameters may be required to determine the physical, chemical, biological, and radiological properties. Contract deliverables for investigations may include, but are not limited to, permanent or temporary field installations (i.e., monitoring wells), reports, logs, maps, drawings, and sketches. Analysis and interpretation of data shall be performed as appropriate to accomplish the intent of the individual task orders. Specific requirements will be included in individual task orders. Appropriate deliverables associated with each of these activities shall be prepared and submitted to the contracting officer for approval as required. A wide variety of potential remedial action activities include, but are not limited to, containment, removal, treatment (on-site and off-site), transportation, and disposal. The entire spectrum of contaminants may be involved, including hazardous, toxic, radioactive, biological, munitions and explosives of concern (MEC), and explosive constituents or any combination thereof. Ordnance, chemical warfare materials (CWM), and agent breakdown products may also be encountered. These contaminants may occur in various environments including soils, sludge, liquids, air, water, debris, structures, and various containers. (CWM remediation is not within scope for this action.) Potential remedial action activities include, but are not limited to, removal of hazardous building components (equipment with nuclear sources, light fixtures and ballasts, asbestos insulation, etc.) and debris; removal and/or decontamination of biologically contaminated components (bird excrement, fungal growth, etc.); removal, transportation and disposal of hazardous and/or contaminated soil, water or product; innovative in-situex-situ soilgroundwater clean-up technologies (i.e. steam injection, thermal enhancement, subsurface treatment barriers, etc.) and investigation technologies; construction of underwater sediment caps and associated activities, construction of landfill caps, slurry walls, slurry walls/subsurface barriers, and landfill closure activities, Operations and Maintenance (O&M) will be required under this contract. O&M activities may consist of preparation of O&M manuals, start-up and prove-out, trouble shooting existing systems, O&M of existing operations and treatment system improvements to address optimization of performance requirements. Typical systems or processes likely to be encountered are groundwater treatment systems, soil vapor extraction and treatment systems, bio-venting, soil treatment processes and systems, waste storage areas, and other remedial activity, treatment system or process. Compliance activities include: preparation of required Federal, State, local, or agency environmental and safety/health compliance related documentation such as facility surveys, studies, management plans (hazardous waste, hazardous materials, underground storage tanks, etc.); spill prevention plans, pollution prevention plans and documents, air emissions inventories, Emergency Planning Community Right to Know reports, hazardous waste minimization, and hazardous waste reports; the set up, demonstration and evaluation of a pilot treatment process; preparation planning documents related to the correction of compliance related deficiencies; NEPA and CEQA adherence, natural and cultural resources preservation, historic preservation, ecosystem management and air space/range analyses; corrections of compliance related deficiencies through the demolition, construction and/or repair of real property such as renovations to facilities to create or close permitted hazardous waste storage areas, construction of containment berms, treatment of contaminated soils and groundwater, and the modifications to and/or the installation of pollution control equipment. The contractor shall have the capability to develop CADD drawings. Work will predominantly be within the South Pacific Division's area of responsibility but could occur in other states as required by specific Federal Agency customers or at the direction of USACE Headquarters, as determined by the Contracting Officer. 3. CAPABILITY STATEMENT 1) Offeror's name, address, point of contact, phone number, and email address. 2) Offeror's capability to perform a contract of this magnitude and complexity, and examples of comparable work performed within the past 5 years - (a brief description of the project, the customer name, timeliness of performance, customer satisfaction, and dollar value of the project); Primary disciplines required are contract management, civil, structural, hydraulic, geotechnical, OE Specialists, and cost engineering. Secondary disciplines which may be required include mechanical, electrical engineering, hydrology, geology, and seismology. Provide sample projects that display the following: (a) Ability to execute multiple task orders simultaneously. (b) Ability to evaluate complex chemical data and to place it into context through the use of a conceptual site model. (c) Ability to evaluate the fate (origin, transport, degradation, etc.) of chemical contaminants in the environment. (d) Ability to apply critical thinking regarding the contaminant point of origin and responsible party. (e) Knowledge of innovative and cost effective technologies that would minimize long term site management commitments. (f) Ability to prepare documentation that meets the State of California Regional Water Quality Control Board and the State of California Department of Toxic Substances Control (DTSC) (or equivalent at other states) requirements, and ability to document remediation and to defend results with regulatory community. (g) Ability to evaluate all the above and make a recommendation for remediation. (h) Ability to demonstrate success in project closeout. (i) If an 8(a) or small business were to receive an award as prime contractor as a result of any future small business set-aside service solicitation, the small business prime will be required to comply with FAR 52.219-14 which states that "at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern". If your firm is an 8(a) or a small business, provide evidence that on past contracts of a similar nature that your firm (as the prime contractor) was able to comply with this requirement. 3) Offeror's type of small business and business size (small business, HUBZone small business, service-disabled veteran-owned small business, veteran-owned small business, or 8(a) contractor). 4) Offeror's Joint Venture information, if applicable - existing and potential. The capabilities statement for this sources sought is not expected to be a response to a Request for Proposals or a response to an Invitation for Bids, nor does it restrict the Government to an ultimate acquisition approach, but it is expected to be comprised of rather short statements regarding the company's ability to demonstrate existing or developed expertise and experience in relation to the areas specified above. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. The submission of a capabilities statement is not a prerequisite to any potential future offering, but participation will assist the Corps of Engineers in tailoring the requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only. It 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. After completing its analysis, the Government will determine how to proceed with the procurement. All interested contractors should submit responses to this office in writing by email or mail by 4PM Pacific Standard Time, on Thursday, January 28, 2009. Submit responses by mail to: Patricia Christie, Contracting Division, Room 878, US Army Corps of Engineers, Sacramento District, 1325 J Street, Sacramento, CA 95814; or by email to Patricia.A.Christie@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-10-S-0013/listing.html)
 
Place of Performance
Address: 1325 J Street, Sacramento, California, 95816, United States
Zip Code: 95816
 
Record
SN02040963-W 20100115/100113234436-5fea0f2fc612e1bca573a8379a975480 (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.