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
MODIFICATION

R -- Environmental Engineering , Professional and Technical Support Services

Notice Date
9/7/2010
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, National Guard Bureau, National Guard Bureau, Environmental/Air Acquisition Division, ATTN: NGB-RCS-BO, 1411 Jefferson Davis Highway, Arlington, Virginia, 22202-3231
 
ZIP Code
22202-3231
 
Solicitation Number
NGB-AQ-E(RFI)
 
Point of Contact
NGB-AQ-E,
 
E-Mail Address
ngbaqe.contracting@ng.army.mil
(ngbaqe.contracting@ng.army.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
REQUEST FOR INFORMATION (RFI) ENVIRONMENTAL ENGINEERING PROFESSIONAL AND TECHNICAL SUPPORT SERVICES (EEPTSS) 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 National Guard Bureau (NGB) Environmental Contract Branch on behalf of its National Guard Installations across the CONUS and surrounding territories is seeking information about potential sources interested and capable of providing services under North American Industry Classification System (NAICS) code 562910, Environmental Remediation Services. This RFI constitutes a market research tool for the collection and analysis of information to determine the capabilities and capacity of contractors for the EEPTSS program. The NAICS 562910 Environmental Remediation Services industry is comprised of establishments primarily engaged in one or more of the following: • For purposes of classifying a Government procurement as Environmental Remediation Services, the general purpose of the procurement must be to restore or directly support the restoration of a contaminated environment. This includes activities such as preliminary assessment, site inspection, testing, remedial investigation, feasibility studies, remedial design, remediation services, containment, and removal of contaminated materials or security and site closeouts. The general purpose of the procurement need not necessarily include remedial actions. Also, the procurement must be composed of activities in three or more separate industries with separate NAICS codes or, in some instances (e.g., engineering), smaller sub-components of NAICS codes with separate and distinct size standards. These activities may include, but are not limited to, separate activities in industries such as: Heavy Construction; Special Trade Contractors; Engineering Services; Architectural Services; Management Consulting Services; Hazardous and Other Waster Collection; Remediation Services; Testing Laboratories; and Research and Development in the Physical, Engineering, and Life Sciences. If any activity in the procurement can be identified with a separate NAICS code, or component of a code with a separate distinct size standard, and that industry accounts for 50 percent or more of the value of the entire procurement, then the proper size standard is the one for that particular industry, and not the Environmental Remediation Service size standard. The Government intends to award a Multiple-Award IDIQ contract for EEPTSS services to at least six (6) businesses for full scope with a reserve of at least two (2) small businesses. The Natural and Cultural Resources Program will be set-aside for the full scope small business awardee(s). The Government anticipates a 5 year contract with a base period of one (1) year and four (4) optional years. SCOPE OF SERVICES STATEMENT OF WORK The anticipated contract will be required to provide full environmental engineering services for the National Guard installations across the CONUS and its surrounding territories. The types of services are further explained, but not limited to the following areas: (1) Environmental Restoration Program (ERP). This part of the EEPTSS Program involves the study and assessment of potentially contaminated sites, remedial design activities, and remedial actions, to include emergency and routine cleanup, quick-response actions, project closeout and other documents. The ERP includes Installation Restoration Program, the Military Munitions Response Program and the Compliance Restoration Program. Typical tasks or services include: Site Investigation, Management Action Plans, Remedial Investigations, Feasibility Studies, Remedial Designs, Removal and Remedial Actions, Operations, Maintenance and Monitoring, Project Closeout, Corrective Measures Studies, Corrective Action Plans, and Underground Storage Tank Site Assessments and Removal Actions. (2) Environmental Quality Program. This program serves as the administration element of the EMS and involves all aspects of environmental compliance and pollution prevention programs. It includes an assessment and program management system for achieving, maintaining and monitoring compliance with all environmental health and safety requirements. Typical tasks or services under this Program Element include: Environmental Safety and Occupational Health Auditing (ESOHCAMP), Hazardous Waste and Materials Compliance, Pollution Prevention, Wastewater and Storm water Management, Storage Tank Compliance, Operational Range Assessments and Air Quality Management. (3) Environmental Planning Program. This element involves the study, assessment and the development of documentation to integrate environmental concerns into every phase of the planning process. This program ensures an orderly development process and provides future planners with the documentation factors and rationale on the environmental consequences of proposed actions such as construction, aircraft or mission conversions, and military training activities. Typical tasks or services under this Program Element include, but not limited to, Environmental Assessments, Environmental Impact Statements, Noise Studies, Natural Infrastructure Assessments and Environmental Baseline Surveys. (4) Natural and Cultural Resources Program (Set-Aside for Small Business Awardee(s)). This program involves development of a variety of management plans to protect and preserve natural and cultural resources. This program ensures proper land use management, preservation of natural habitats and protection of rare, threatened and endangered species. Cultural resources management protects artifacts and historic structures from harm, respecting their significance and preventing impact from current and future planned activities. Typical tasks and services under this Program Element include, but not limited to, Integrated Cultural Resource Management Plans, Biological Surveys, Integrated Land Use Management Plans, Integrated Natural Resource Management Plans and Pest Management Plans. (5) Geographic Information Systems (GIS) Specifications. The purpose of this requirement involves integrating environmental data into the Geospatial Information & Services (IGI&S) standards and the NGB GeoBase program. It includes the development of data map products to include data formatting, data standards, cartographic standards, projection and datum standards, accuracy standards, and metadata standards. These services will be provided as applicable to each individual task order and may not be incorporated into all task order awarded. Interested firms having the capabilities necessary to meet or exceed all aspects of NAICS code 562910, Environmental Remediation Services at CONUS locations as well as, other surrounding territories, may submit answers to questions below. • A transmittal letter shall include: o Name and address of the company o Company's 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)) o Company's Financial health; • 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. This RFI is for planning purposes and is not to be construed as a commitment by NGB 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's responsibility to monitor the FedBizOpps or Army Single Face to Industry (ASFI) for any resultant or future solicitation package(s). Results of the market research will be used to satisfy 10, 19 and other applicable parts of the Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation (DFARS) and associated directives and guidance. Specifically, the results of the research will be used to analyze, evaluate, determine 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. The Government requests comments from interested parties to the following questions: 1. Would you be interested in submitting a proposal considering the anticipated scope of work items? If not, why? 2. Do you have sufficient experience in the indicated scope of work? Please provide examples of projects completed for each section (limit 2 per each of the 4 environmental areas provided above), provide only contract number, type of service, dollar amount, type of contract, period of performance. 3. Provide any relevant information that demonstrates the ability to manage, execute and administer projects similar to those within the scope of work involving several task orders located in multiple regions of the CONUS during a 12 month period. Task order will be numerous, vary in size, complexity, and dollar value (please limit response to a half (1/2) page). 4. Would limits on subcontracting IAW FAR 52.219-14 (small businesses) affect the ability to perform on larger projects within the scope of work areas described above? Please explain. 5. Have services identified within the scope of work been provided to the private sector? If so, please provide commercial procedures used and type of services. 6. Do you have a master subcontracting plan (Individual, Master, or Comprehensive)? Please provide type(s) and indicate for which types of services. 7. Have you submitted Small Business Participation plans for services described in the scope of work? If so, were goals achieved? If not, why? 8. In what socio-economic programs do you now participate (e.g. Mentor Protg, etc.) for the services in question? What is the extent of your participation in these programs? 9. 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? 10. Would your firm be able to compete under NAICS 562910? If not, why? 11. Have performance based services been used for those services previously/currently worked? If so, how did regulatory standards affect metrics? Where incentives used? What kinds of performance assessment methods are commonly used? Please e-mail responses to ngbaqe.contracting@ng.army.mil no later than 17 Sep 2010, 3:00 pm EST. Responses must include in subject line Request for Information: Environmental Engineering Professional Technical Support Services (EEPTSS) or mailed to: National Guard Bureau AQ-E, 1411 Jefferson Davis Hwy, Suite 8200, Arlington, VA 22202. 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.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. Contracting Office Address: National Guard Bureau AQ-E, 1411 Jefferson Davis Hwy, Suite 8200, Arlington VA, 22202 Place of Performance: Multiple Sites, CONUS and surrounding territories
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA92/NGB-AQ-E(RFI)/listing.html)
 
Place of Performance
Address: NGB-AQ-E, Contracting Office, 1411 Jefferson Davis Hwy, Suite 8200, Arlington, Virginia, 22202, United States
Zip Code: 22202
 
Record
SN02271988-W 20100909/100908064355-3188b049b78b61dfc25816cd617f3a49 (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.