Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2011 FBO #3645
MODIFICATION

F -- FY2012 Multiple Award Task Order Contract (MATOC) Indefinite Delivery/Indefinite Quantity (IDIQ) for Environmental /Ordnance Activities at Various Locations within the Pacific Ocean Division (POD) Area of Responsibility (AOR)

Notice Date
11/15/2011
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
USACE District, Honolulu, Building 230, Fort Shafter, HI 96858-5440
 
ZIP Code
96858-5440
 
Solicitation Number
W9128A12Z00002
 
Response Due
11/28/2011
 
Archive Date
1/27/2012
 
Point of Contact
Joshua Mueller, 808-438-1225
 
E-Mail Address
USACE District, Honolulu
(joshua.d.mueller@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement constitutes a Sources Sought Synopsis (market survey). This is not a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The purpose of this sources sought is to determine interest and capability of potential qualified 8(a) small businesses, Historically Underutilized Business Zone (HUBZONE) small businesses and Service Disabled Veteran Owned Small Businesses (SDVOSBs) relative to the North American Industry Classification code (NAICS) 562910. The Small Business size standard for this NAICS code is 500 employees or smaller. To make an appropriate acquisition decision for this project, the Government may use responses to this sources sought synopsis. The type of solicitation issued and the manner of advertisement may depend on the responses to this sources sought synopsis. The U.S. Army Corps of Engineers, Honolulu District is performing a market research for a construction requirement entitled: FY2012 Multiple Award Task Order Contract (MATOC) Indefinite Delivery/Indefinite Quantity (IDIQ) for Environmental /Ordnance Activities at Various Locations within the Pacific Ocean Division (POD) Area of Responsibility (AOR). This requirement will be awarded as a firm-fixed price services contract. The magnitude of this project is estimated to be between $10.0M and $25.0M. Project Description FY2012 Multiple Award Task Order Contract (MATOC) Indefinite Delivery/Indefinite Quantity (IDIQ) for Environmental /Ordnance Activities at Various Locations within the Pacific Ocean Division (POD) Area of Responsibility (AOR) The purpose of this indefinite delivery/indefinite quantity (IDIQ) contract will be to provide services related to the preparation of environmental documents to meet environmental requirements of various Federal, State or Local laws and/or regulations and to provide environmental cleanup and remediation for hazardous/toxic radiological wastes (HTRW) studies and military munitions response program (MMRP). The purpose will also be to provide services for any ordnance issues, surveys, remediation, and removal. The services will include, but not be limited to the following: a)environmental assessments, environmental impact statements, social impact assessments, hazard investigations, data collection, literature searches, field investigations, site monitoring, risk assessments, research designs, mitigation measures, and environmental permits. b)planning studies, preparation of master plans, and housing studies. c)non-construction services related to site assessment, site characterization, removal of HTRW, HTRW cleanup, asbestos removal and disposal, contaminated soil removal, removal of underground storage tanks (USTs) and associated appurtenances, installation/closure of monitoring wells, emergency response, bioremediation, innovative technology methods, remediation of HTRW, and disposal of HTRW and/or unsafe debris. d)geophysical surveys for ordnance detection, preparation of ordnance safety plans, explosive safety submissions, ordnance field surveys, preparation of the munitions response site prioritization protocol (MRSPP) scores, and other ordnance studies as required. e)ordnance removal and/or remediation activities as required. Specific requirements will be defined in each individual task order. The services may also include but not be limited to furnishing labor, transportation, equipment, material, supplies and supervision to perform each task specified in individual task orders. The Contractor will, depending upon the particular scope of work contained in any individual task order, conduct appropriate field surveys, visits, interviews, prepare required safety and health plans, conduct literature searches, execute suitable studies and prepare satisfactory reports, prepare required research designs, perform site monitoring and hazards investigations, execute suitable cleanup activities, prepare site assessment reports, site characterization reports, and site monitoring and disposal of HTRW and/or ordnance. Such work will be conducted by the Contractor with a primary emphasis on assisting in compliance with environmental laws and regulations. The work may involve disciplines in environmental assessments/impact studies, sociology, economics, noise quality, air quality, water quality, marine biology, aquatic ecology, wetlands, flora, fauna, planning, hazardous/toxic wastes management, geophysics, risk assessment, public health, safety, ordnance, aesthetic studies, chemistry, medical wastes, asbestos, radiological wastes, occupational health, and industrial hygiene. Where to Send Responses Submit responses via email to both Ms. Maria Buckner at maria.r.buckner@usace.army.mil and Mr. Joshua Mueller at joshua.d.mueller@usace.army.mil. Response Deadline November 28, 2011 at 12:00 p.m. (Hawaiian Standard Time) Place of Performance Various Locations within the Pacific Ocean Division (POD) Area of Responsibility (AOR) SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT (1)Your intent to submit a proposal for this project when it is formally advertised (2)Name of firm with address, phone and point of contact. (3)CAGE Code, DUNS number or a copy of your Central Contractor Registration (CCR) information (4)Size of firm (large or small), to include category of small business if applicable, such as 8(a), HUBZONE, or SDVOSB. (5)Firms Bonding Capacity (6)Statement of Capability (SOC) stating your skills, experience, knowledge, and equipment required to perform the specified type of work. This should include documentation of past diversified past experience and technical competence in performing similar projects for which your firm was the prime contractor. The SOC should be no more than four pages in length and identify the types of projects, the services which were provided, any special challenges or innovations and the products which were delivered. (7)Answer specifically the following market survey questions: a.On how many projects, within the past five (5) years, has your company performed or provided services in excess of $75,000: i.for an Environmental Impact Statement or Environmental Assessments under the National Environmental Policy Act (NEPA) and its processes? As a Prime Contractor? As a subcontractor? ii.for Hazardous Toxic and Radioactive Waste/Underground Storage Tank studies supporting actions under the Comprehensive Environmental Restoration and Cleanup Act and Underground Storage Tank (UST) programs in the tropical Pacific region? As a Prime Contractor? As a subcontractor? iii.for ordnance studies including site investigation, remedial investigation/feasibility studies, and site safety plans; removal and/or remedial action of ordnance, experience in both GIS mapping and geophysical surveys related to ordnance studies or removal/remedial actions, experience ordnance studies, investigations, removal and/or remedial actions in the tropical Pacific region? As a Prime Contractor? As a subcontractor? iv.for studies supporting actions under the following: Endangered Species Act, Wild and Scenic Rivers Act, River and Harbor Act, Coastal Zone Management Act, Estuary Protection Act, Marine Protection Research and Sanctuaries Act, Marine Mammals Protection Act and Clean Water Act? As a Prime Contractor? As a subcontractor? v.for studies supporting actions under the Archeological and Historic Preservation Act and/or Native American Graves Protection and Repatriation Act and experience coordinating with a State Historic Preservation Office or its equivalent? As a Prime Contractor? As a subcontractor? vi.conducting public outreach and public meetings supporting actions in support of CERCLA, RCRA and/or NEPA actions? As a Prime Contractor? As a subcontractor? vii.for studies related to air quality, water quality, noise quality, biological resources, natural resource management, and planning? As a Prime Contractor? As a subcontractor? b. Has your company ever been the prime contractor for an environmental contract with a value of greater than $2 million? Firms responding to this sources sought synopsis, that fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought synopsis. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. Solicitation is estimated at this time to take place in January or February 2012. If inadequate responses are received, this solicitation may be issued for full and open competition. Other information: The solicitation will be posted to the Federal Business Opportunities web site (www.fbo.gov) when released. Proposals will be due approximately 30 days after the actual solicitation issuance date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A12Z00002/listing.html)
 
Place of Performance
Address: USACE District, Honolulu Building 230, Fort Shafter HI
Zip Code: 96858-5440
 
Record
SN02623505-W 20111117/111115234334-f978328cbf839a82684563ca55cd7b5a (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.