Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2010 FBO #3023
MODIFICATION

F -- Environmental Program Support, Site Investigation, and Treatment Studies for Camp Stanley Storage Activity, Boerne Texas

Notice Date
3/3/2010
 
Notice Type
Modification/Amendment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-XX-XXXX
 
Response Due
3/12/2010
 
Archive Date
5/11/2010
 
Point of Contact
Michael Johns, 817-886-1059
 
E-Mail Address
USACE District, Fort Worth
(michael.v.johns@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The U.S. Army Corps of Engineers Fort Worth District has been tasked to solicit for and award an indefinite delivery indefinite quantity (IDIQ) single award task order contract (SATOC) for the provision of environmental and remediation services in support of Camp Stanley Storage Activity, Boerne Texas. Proposed project will be a competitive contract to include both firm fixed price, and time and materials task orders. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely the Small Business Community to include [include Small Business, if not on the DIGs], Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB). The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of members of the Small Business Community to compete and perform an environmental and remediation services SATOC. The type of solicitation will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The Contractor will furnish all services, materials, supplies, labor, equipment, studies, superintendence, and travel, as required for providing this environmental investigation, compliance, and treatability study services to satisfy the requirements set forth in each task order under the SATOC. The Contractor shall perform services to meet all applicable State and Federal requirements of Environmental laws and regulations for all phases of the Resource Conservation and Recovery Act (RCRA) (including Hazardous and Solid Waste Amendments of 1984); Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) (including Superfund Amendments and Reauthorization Act (SARA) of 1986); National Environmental Policy Act (NEPA); Clean Water Act; Clean Air Act and Clean Air Act Amendments; Toxic Substances Control Act (TSCA); and the Safe Drinking Water Act. The Contractor shall perform services necessary to meet requirements of a 3008(h) Order issued by United States Environmental Protection Agency (USEPA) to Camp Stanley Storage Activity, and miscellaneous efforts as required under CSSAs Environmental Program. Specific work requirements are expected to include: environmental compliance assessments, topographic/hydrographic surveys, development of geographic information systems (GIS), geological/hydrological evaluations, Preliminary Assessments, Site Investigations, Remedial Investigations, Feasibility Studies, Proposed Plans, Records of Decision, RCRA Facility Assessments, RCRA Facility Investigations, Corrective Measures Studies, Corrective Measures Implementation; sampling/analysis of environmental media (water, soil, air) for hazardous, toxic and radiological wastes (HTRW); removal actions/interim measures and remediation; services for remedial actions and removal actions/corrective measures; technical report preparation (e.g., work plans; quality management plans; remedial investigation/feasibility studies, record of decisions, environmental assessments, environmental impact statements); fate and transport/groundwater modeling; laboratory analysis; data validation; preparation of baseline risk assessments; assistance with community relations and fulfillment of public participation requirements; bench-scale treatability studies; implementation of pilot-scale treatment studies, and characterization and disposal of investigative wastes. Work requirements are also expected to include other activities related to maintaining CSSAs compliance with environmental laws. This includes permit applications, preparation of Environmental Assessments and Categorical Exclusions, environmental audits, cultural and natural resource management, supervisory control and data acquisition (SCADA) equipment installation and maintenance, environmental management system (EMS), waste sampling and management, and other work as required by CSSAs Environmental Program. The Contractor will provide the capability to execute multiple concurrent task orders for environmental services, ordnance and explosives (OE) projects, and projects involving both remediation and OE with a full range of services including, but not limited to: environmental compliance, investigations, studies, cultural resources support, natural resources support, engineering support, OE standby and construction support, remedial actions, and environmental and range operation and maintenance activities. Work issued under this SATOC will use Service (Contract Act). Detailed Explanation of Specialized Tasks: Trichloroethene (TCE) and tetrachloroethene (PCE) are a significant part of the remediation at Camp Stanley. TCE and PCE containing chemicals were used at Camp Stanley primarily as a degreasing agent for metal and electronic parts and two groundwater plumes extend off of the installation into several dozen private water wells. The health effects from TCE differ depending on the amount of TCE to which a person is exposed and how long the exposure lasts. TCE exposure can be associated with several adverse health effects, including neurotoxicity, immunotoxicity, developmental toxicity, liver toxicity, kidney toxicity, endocrine effects, and several forms of cancer. PCE is a central nervous system depressant, and PCE exposure can be associated with liver and kidney damage. The US Environmental Protection Agency (EPA) has set maximum contaminant levels for TCE and PCE at 5 parts per billion. Camp Stanley is regulated by both US EPA (under a 1999 RCRA 3008h order stemming from the solvent plumes) and the Texas Commission on Environmental Quality (TCEQ). Because of the TCE contamination, several specialized skill set are required. Camp Stanley installed a large bio-reactor remediation pilot to treat TCE contaminated groundwater in 2008. Unlike most bioreactors, this one treats deep groundwater (as deep as 400 feet deep in fractured Edwards karst limestone). Westbay wells are also used. Additionally, Camp Stanley uses soil vapor extraction (SVE) technology at several sites. There are also vapor intrusion study and protection issues in buildings at Camp Stanley arising from the TCE contamination of the groundwater. Camp Stanley also requires expertise in SCADA, a supervisory control and data acquisition system. It is an industrial control system: a computer system monitoring and controlling water distribution on the installation, including water being injected into the bioreactor IAW a TCEQ Underground Injection Control (UIC) permit. Another specialized requirement is the need to address extensive lead contamination in soils from decades of small army range operations, which are still ongoing. Camp Stanley has used Phosphate Induced Metal Stabilization (PIMs) to treat lead contaminated soils at many of its sites, some involving many hundred cubic yards of soil, and intends to use PIMS at more sites in the future. Camp Stanley also requires unexploded ordnance disposal services as part of many of its remediation sites. While only small arms (and some grenade and rocket) use is conducted now, historically, many different munitions had been used at Camp Stanley, such as Stokes mortars and a wide range of artillery shells. Finding 37 mm and 75 mm rounds at remediation sites is not uncommon. Lastly, another specialized need is for all fulltime personnel and project managers to have at least a secret security clearance. The installation stores large quantities of arms and ammunition and has sensitive missions, thus access to the installation and security clearance requirements for long-term personnel are much more restrictive than most military installations. Estimated SATOC Capacity: $49,900,000 Estimated 1st Task Order for environmental services at Camp Stanley: Between $3,000,000 and 4,000,000 SATOC Term: Ten (10) years (five year base and five 1 year options) North American Industrial Classification System (NAICS) Code(s) applicable to this acquisition: Primary NAICS Code = 541620 Environmental Consulting Services. Award will be based on overall Best Value to the Government. Anticipated solicitation issuance date is on or about 30 May 2010, and the estimated proposal due date will be on or about 30 June 2010. The official Synopsis citing the solicitation number, and inviting Offerors to register electronically to receive a copy of the solicitation when it is issued is anticipated to be available on or about 30 April 2010. The Government is requesting that members of the Small Business Community interested furnish the following information: Firms response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firms name, address, point of contact, phone number, and e-mail address. 2. Firms interest in bidding on the solicitation when it is issued. 3. A narrative describing your firms capability to perform a contract of this magnitude ($4 million to $5 million in annual task orders) and complexity. Include your firms capability to execute comparable work performed within the past 5 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples. 4. Firms small business category and Business Size (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) ) 5. Firms Joint Venture information if applicable existing and potential 6. Firms Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company Interested Firms shall respond to this Sources Sought Synopsis no later than 1700, March 12, 2010. All interested firms must be registered in CCR to be eligible for award of Government contracts. Fax or email your response to Mr. Michael V. Johns, Fort Worth District, FAX 817-886-6407, email: Michael.v.johns@usace.army.mil, EMAIL IS THE PERFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. Questions concerning this sources sought should be e-mailed to the Contract Specialist, Mr. Michael Johns, at Michael.v.johns@usace.army.mil. Personal visits for the purpose of discussing this announcement are not allowed. Contracting Office Address: USACE District, Fort Worth, ATTN: CESWT-CT, 819 Taylor St., Fort Worth, TX 76102 Place of Performance: USACE District, Fort Worth, ATTN: CESWT-CT, 819 Taylor St., Fort Worth, TX 76102 Point of Contact(s): Michael Johns, 817-886-1266
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-XX-XXXX/listing.html)
 
Place of Performance
Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
 
Record
SN02081415-W 20100305/100303234448-00f0f2ff9e906a1d9aacc54b53a9e6e4 (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.