Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2012 FBO #3912
SOURCES SOUGHT

C -- New Mexico-Arizona (NM-AZ) Performance Based Remediation (PBR) - Cannon, Holloman, Kirtland and Luke AFBs - NM-AZ PBR RFI Questionnaire - NM-AZ PBR Draft SOO Enc 1 - NM-AZ PBR Bonding Stream - NM-AZ PBR Draft SOO Enc 5 - NM-AZ PBR Labor Qualifications - NM-AZ PBR Draft SOO Enc 2 - NM-AZ PBR Draft SOO

Notice Date
8/8/2012
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ESG - Enterprise Sourcing Group, Building 1, 1940 Allbrook Dr, Wright Patterson AFB, Ohio, 45433-5006, United States
 
ZIP Code
45433-5006
 
Solicitation Number
FA8903-12-R-0050
 
Archive Date
9/7/2012
 
Point of Contact
Rita A Leal, Phone: 210-395-8228, Dianna G. Saenz, Phone: 210 395-8232
 
E-Mail Address
rita.leal@us.af.mil, dianna.saenz@us.af.mil
(rita.leal@us.af.mil, dianna.saenz@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NM-AZ PBR Draft SOO NM-AZ PBR Draft SOO Enclosure 2 - Key Documents NM-AZ PBR Labor Categories and Sample Labor Qualifications NM-AZ PBR Draft SOO Enclosure 5 - Acronyms & Definitions NM-AZ PBR Bonding Stream NM-AZ PBR Draft SOO Enclosure 1 - Site List NM-AZ PBR RFI Questionnaire THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY. THIS REQUEST IS NOT A SOLICITATION. PLEASE DO NOT SUBMIT A PROPOSAL. This RFI is being issued for the purpose of developing a viable solicitation that will best communicate the Government's requirements to industry. Response to this RFI is strictly voluntary and will not affect any Contractor's ability to submit an offer if, or when, a solicitation is released. However, we highly encourage you to reply. The subject RFI is for planning purposes only and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. There is no entitlement to payment by the Government of direct or indirect costs or charges that arise as a result of the submission of information in response to this RFI or attendance at the site visit. 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. Respondents to this RFI may be requested to provide additional information/details based on their initial submittals. The Government reserves the right to select, one, some, or none of the submissions for further investigation. Contractors who submit information in response to this RFI do so with the understanding that U.S. Government personnel as well as their support Contractors may review their material and or data. General Information: The 772d Enterprise Sourcing Squadron/Environmental Contracting (772 ESS/PKB) at Lackland AFB, TX, may be asked to provide engineering, restoration and construction services to achieve Site Closure (SC) through remedial action at the four subject bases in NM and AZ. Project Narrative: The 772 ESS/PKB is considering a performance-based approach for Site Closeout (SC) involving remedial action efforts at Cannon, Holloman and Kirtland Air Force Bases in New Mexico and Luke AFB in Arizona. Performance-Based Remediation (PBR) emphasizes results in terms of environmental clean-up for an entire installation (fence-to-fence), or group of installations, in lieu of a study-based approach. The PBR approach looks for technically and cost-effective methods for achieving this clean-up by focusing on achievement of desired objectives without specifying the processes or technologies for obtaining those objectives. The PBR initiative has an overarching goal to implement remedies as necessary to protect human health and the environment that maximizes the number of SCs or advance sites as close to SC as practicable during the Period of Performance (POP) in a cost-effective manner. It is desirable to the Government that Life-Cycle Costs (LCC) be reduced. If SC with no new institutional controls is not obtainable within the POP of this effort, the Contractor shall outline the Optimization Exit Strategy (OES) that will be implemented to accomplish SC. The POP is estimated at 120 months (10 years) from date of award. The estimated Rough Order of Magnitude (ROM) anticipated for any resultant contract is between $40,000,000 and $45,000,000. This ROM is an estimate range only and is provided only for informational purposes of responding to the RFI. Request for Information: The 772 ESS/PKB requests feedback from interested parties through the following survey link: www.mcix.com/AZNMPBR The above link will direct you to the online questionnaire. For your convenience, there is a PDF document that has all the questions so you and your company can review prior to starting the online questionnaire. You will need to have information such as your company's DUNs number, basic employee data, revenue data, etc. for the past 3 fiscal tax years (or as best approximated). The PDF document is for reference only. The online questionnaire will be the source tool for gathering responses, please use the best available information or estimates. If you need to stop the survey during any time, you will be able to resume your session using the same computer from which you started. Note that official information concerning this RFI will be provided by the Contracting Officer only. Additional information is also provided for your review to assist in completing the RFI survey. The following documents are included as uploaded attachments to this notice: DRAFT Statement of Objectives (SOO), dated 2 Aug 2012 ; DRAFT SOO Enclosure 1, Site List, dated 2 Aug 2012; DRAFT SOO Enclosure 2, Key Documents List, dated 2 Aug 2012; DRAFT SOO Enclosure 5, Acronyms and Definitions, dated 2 Aug 2012, Estimated Bonding Stream and Labor Qualifications. A single website is available to review the key, installation-specific environmental documents listed in Draft Statement of Objectives (SOO), Enclosure 2, Key Documents, and other documents. The following website is established to provide site specific insight for informational use: URL: http://afcee-pbmc.com/nmazgroupFY13/Contractors/Forms/AllItems.aspx C Contractors User Name: pbmc\ctr Password: password2011 (password is case sensitive) A generic username and password allowing access to the site are provided below. Please note that should three incorrect attempts be made to access the site, the screen will go blank. The user should close the blank screen and re-open the URL to re-enter the username and password. NOTE: Do not cut and paste the username or password below for login purposes. This information must be typed in for login to be achieved (case sensitive). **FTP password and technical support will be available 7 days a week via the FTP Help Desk at ftp_help@bah.com or 210-352-3246. Point of Contact (POC) is Vanessa Reynolds. Hours of operation are as follows: Monday through Friday, 9:00 A.M. to 7:00 P.M. CT via phone or e-mail Saturday and Sunday, via phone only during the hours of 1:00 P.M. to 4:00 P.M. CT; e-mail will be monitored in the morning and evening. If you have issues accessing the site or need technical assistance, your first line of support is ftp_help@bah.com. Please include a description of the issue you are having and contact information in this correspondence. This email is closely monitored by support staff and all requests will be processed as soon as possible. Phone support is also available during our hours of operation; if you reach the voicemail please leave your contact information and follow up with an email when possible. Please copy the Contracting Officer and Contract Specialist on all correspondence. Contracting Office Address: 2261 Hughes Ave Ste 163 Lackland AFB, Texas 78236-9853 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/57e6acca4557b3dd9d409add7ea07c09)
 
Place of Performance
Address: Cannon Air Force Base NM, Holloman AFB NM, Kirtland AFB NM & Luke AFB AZ, United States
 
Record
SN02830739-W 20120810/120808235529-57e6acca4557b3dd9d409add7ea07c09 (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.