Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 20, 2011 FBO #3617
SOURCES SOUGHT

B -- To obtain information regarding the availability and capability of qualified contractors to survey and analyze current Demil and Commercial Furnace equipment.

Notice Date
10/18/2011
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J12R0007
 
Response Due
11/4/2011
 
Archive Date
1/3/2012
 
Point of Contact
Kathleen Ward, 309 782 3715
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(kathleen.ward@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Title: Demil Environmental Furnaces Consulting This is a Sources Sought Notice (SS). This is not a solicitation for proposals, proposal abstracts or quotations. The purpose of this notice is to obtain information regarding the availability and capability of qualified contractors to survey and analyze current Demil and Commercial Furnace equipment, processes, wastes treated, and environmental permitting and provide recommendations to improve these processes. Interested parties should respond by providing a Capability Statement, see paragraph entitled "Capability Statement/Information Sought" on page 3. Purpose and Objectives The Joint Munitions Command is seeking sources for a potential requirement for surveying and analyzing current Demil and Commercial Furnace equipment, processes, waste streams, and environmental permitting and deriving recommendations to improve these processes and to use this information to focus on implementation and verification of these results. Project Requirements: Interested firms who feel they have the necessary skills to survey and analyze current Demil and Commercial Furnace equipment, processes, waste streams, and environmental permitting are invited to indicate their interest by providing the Government a summary of their company's capabilities. The capability statement should contain evidence that the following criteria can be met: 1. Ability to examine, research, and gather information about four different demil furnaces. Ability to provide a written report for each site visit to include pertinent information such as operational practices, furnace equipment, wastes treated, and environmental permitting. 2. Ability to research three commercial sites to base a comparison between government and commercial furnaces in relation to the individual waste materials being treated within each. These sites can come from a variety of sources: hospitals, bio-waste disposal facilities, etc. A report is required for each site visit to include pertinent information such as operational practices, furnace equipment, wastes treated, and environmental permitting. 3. Ability to analyze current pollution abatement equipment, environmental permitting, and operational practices used by the government, in addition to identifying any unique challenges and/or aspects associated with the thermal treatment and abatement of emissions arising from the combustion of waste explosives. 4. Ability to provide advice on what the government can do to improve these processes and equipment. 5. Ability to assist the government in execution of the action plan as directed by the government. 6. Ability to provide support including equipment design, modification/fabrication, installation, and testing to existing furnaces as requested. 7. Ability to work with government personnel and environmental regulators to prepare and submit required site safety submissions/modifications and environmental permits/permit modifications. 8. The Contract Manager and Alternate shall have 24 semester hours in mathematictics, engineering and/or quantitative analysis courses, 10 years or more cost analysis experience, and familiarity with Defense Department Data Sources. 9. The Project Engineer must have a minimum of 5 years military munitions demilitarization experience, a minimum 5 years incinerator/furnace experience, and a minimum of 5 years recent experience working with pollution abatement systems. 10. Contractor must demonstrate a commitment to assign appropriately skilled and experienced individuals to the proposed personnel's name, education, years of experience and work experience against the required tasks in the PWS. Capability Statement/Information Sought: Respondents must provide, as part of their responses, information concerning each of the project requirements listed above along with (a) staff experience, including their availability, experience, and training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capabilities; and (e) examples of prior completed Government contracts, references, and other related information. Interested qualified contractors should submit a tailored capability statement for this requirement, not to exceed 20 single-sided pages (including all attachments, resumes, charts, etc.) presented in single-space and using a 12-point font size minimum, that clearly details the ability to perform the aspects of the notice described above. Please furnish your cage code and business size (Woman-owned, Small Business, Large Business, Disadvantaged Business, Hub zone, etc.) in your response to this sources sought announcement. In the event that two (2) or more qualified small businesses express an interest in this effort, the Government reserves the right to restrict any potential solicitation to a small business set-aside. Information Submission Instructions: All Capability Statements sent in response to this SOURCES SOUGHT notice must be submitted electronically (via email) to Kathleen Ward, Contract Specialist, at kathleen.ward20.civ@mail.mil in MS Word, or Adobe Portable Document Format (PDF), by November 4, 2011 3:00 PM, CDT. All responses must be received by the specified due date and time in order to be considered. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any contractor responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the contractor's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be issued. However, responses to this notice will not be considered adequate responses to a solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a7d930432354e1853c37adc610deebce)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02608981-W 20111020/111018234115-a7d930432354e1853c37adc610deebce (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.