Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2010 FBO #3211
SOURCES SOUGHT

F -- Sources Sought and Market Research for Environmental Services and Support at the Formerly Utilized Sites Remedial Action Maywood Superfund Site, Maywood, NJ.

Notice Date
9/7/2010
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-10-R-MAYWD
 
Response Due
9/28/2010
 
Archive Date
11/27/2010
 
Point of Contact
Justin Cofer, (816) 389-3805
 
E-Mail Address
USACE District, Kansas City
(justin.l.cofer@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: 1.This is a SOURCES SOUGHT NOTICE for Market Research ONLY to determine the availability of firms to perform environmental services and support at the Formerly Utilized Sites Remedial Action Program (FUSRAP) Maywood Superfund Site, Maywood, New Jersey. NO AWARD will be made from this Sources Sought. NO SOLICITATION OR SCOPE OF WORK ARE AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential offerors having the skills and capabilities necessary to perform the described project are invited to provide feedback via email to Justin.L.Cofer@usace.army.mil All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. We encourage all firms to respond, including but not limited to, HUB Zone, 8a, SDVOSB, Small Business and Large Business. The NAICS Code is 562910. The small business size is 500 employees. The duration of the contract is 10 years. 2.PROJECT DESCRIPTION The work and services shall consist of environmental services to support the U.S. Army Corps of Engineers, New York District in environmental investigation, design, construction, preparation of appropriate documents, monitoring and restoration at a National Priority List (NPL) Superfund site. Work may include: Construction remedial action activities consisting of the excavation, transportation and disposal of radiological contaminated soil, including general conditions, project support, and waste handling and management. General conditions activities shall include project management, community relations, task order close out and project wide training. Project support activities shall consist of environmental monitoring and the continued operation and maintenance of the on-site laboratory. Waste handling and management shall include task management, waste soil loadout, material staging area maintenance and vicinity property wastewater treatment. Preparation of appropriate documentation to document the remediation of properties. Repair, maintenance and replacement and abandonment of existing monitoring wells; annual monitoring well inspection and condition reporting; preparation of a draft, draft final and final groundwater monitoring program work plan; installation and development of new monitoring wells; preparation of a draft, draft final and final Remedial Action Work Plan (RAWP) for excavation, transportation and disposal of groundwater contaminant soil source areas and lithium pond sediments, beyond the completed cleanup limits required for radiological contaminants; and groundwater technical support. a.Qualified personnel are required with recent knowledge and experience in : (1) Environmental response actions associated with investigation, design, removal, and construction activities mandated by FUSRAP. Construction remediation of expertise with knowledge of shoring, dewatering, handling radiological contaminated material and working on multiple properties at the same time; (2) Analysis of radiological and non-radiological data in soil and groundwater; (3) Site closure protocols using the Multi-Agency Radiation Survey & Site Investigation Manual (MARSSIM); (4) Consultation/coordination with other federal, state and local agencies and stakeholders, including commercial and private property owners; (5) Environmental laws, regulations, programs, policies and civil works funding procedures related to the annual Energy and Water Development Appropriations Bill; b.Specialized Experience and Technical Competence in: (1) Large scale construction remediation to include shoring, dewatering, excavation and handling of radiologically-impacted soils (2) Preparation of environmental work plans and reports; (3) Groundwater monitoring and field data collection; (4) Environmental investigation, design, remediation and transportation and disposal of radiological and non-radiological material; (5) Collection, management and treatment of water during excavation activities; (6) Groundwater monitoring; (7) Radiation air perimeter monitoring; (8) Health physics, radiation safety and radiation training; (9) Extensive community relations, including the management of a nearby project information center; (10) Management and technical staffing of an on-site laboratory (11)Knowledge of the locality such as project history, geological features, climate conditions, federal (EPA Region 2) and state (NJDEP) oversight agencies 3.CAPABILITY STATEMENT (The submission is limited to 10 pages). 1)Offerors name, address, point of contact, phone number, DUNS number, and e-mail address. 2)Offerors interest in submitting a proposal on the solicitation when it is issued. 3)Offerors capability to perform a contract of this magnitude and complexity and 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)Offerors office locations and staffing. 4.BUSINESS SIZE (a) 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. (b) Identify Offerors 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). (c)Offerors Joint Venture information, if applicable existing and potential The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the companys ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a pre-requisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither 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 notify this office in writing either by email or mail by 10:00AM Central Time on September 28, 2010. Submit response and information to: Justin Cofer, CECT-NWK-CT-H, 601 East 12th Street, Kansas City, Missouri 64106 or Justin.L.Cofer@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-10-R-MAYWD/listing.html)
 
Place of Performance
Address: USACE District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
 
Record
SN02271311-W 20100909/100908063706-82d5c5132a86bd6b9c6a0c1ed5fb8230 (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.