Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 01, 2014 FBO #4694
SOURCES SOUGHT

F -- Indefinite-Delivery, Indefinite-Quantity (IDIQ) for Environmental Remediation and Compliance Services within South Pacific Division Boundaries

Notice Date
9/29/2014
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
 
ZIP Code
95814
 
Solicitation Number
W91238-15-S-0001
 
Archive Date
10/30/2014
 
Point of Contact
Erica Taylor, Phone: 916-557-7570, Angela Hermanson, Phone: (916) 557-7945
 
E-Mail Address
erica.j.taylor@usace.army.mil, angela.hermanson@usace.army.mil
(erica.j.taylor@usace.army.mil, angela.hermanson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Announcement for Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract Environmental Remediation and Compliance Services within South Pacific Division Boundaries 1. ANTICIPATED PROJECT TITLE: Indefinite-Delivery, Indefinite-Quantity (IDIQ) for Environmental Remediation and Compliance Services within South Pacific Division Boundaries 2. AGENCY: USACE Sacramento District 3. NAICS: 562910, Environmental Remediation Services 4. CONTRACT SPECIALIST: Erica Taylor, erica.j.taylor@usace.army.mil 5. PLACE OF PERFORMANCE: South Pacific Division boundaries (Arizona, California, Nevada, New Mexico, and southern Utah) 6. PERIOD OF PERFORMANCE: 5 years 7. SOURCE SOUGHT NOTICE ONLY: This announcement seeks information from industry which will be used for preliminary planning purposes. No proposals are being requested or accepted with this announcement. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. NO SOLICITATION, SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME. 8. ANTICIPATED CONTRACT DESCRIPTION: The US Army Corps of Engineers, Sacramento District plans to issue a Lowest Price Technically Acceptable solicitation to award up to 3 Multiple Award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Environmental Remediation and Compliance Services within South Pacific Division Boundaries. A firm-fixed price, multiple award, indefinite-delivery, indefinite quantity, $9.5 million Not-to-Exceed limit contract with a 5 year base (no option periods) is anticipated. 9. PROJECT INFORMATION: This requirement is for Environmental Remediation and Compliance Services within the USACE South Pacific Division boundaries. The South Pacific Division includes the States of Arizona, California, Nevada, New Mexico, and southern Utah. The requirement is to provide environmental support (remedial actions) at hazardous waste sites to the USACE. Contractors may be required to work at hazardous waste sites under the use, control, or former use of the Federal Government or at which the Federal Government is determined to be a generator or potentially responsible party. Furthermore, the Contractor may be tasked to provide environmental support to the South Pacific Division on non-Federally used or owned sites such as EPA Superfund National Priority Listed (NPL) sites. This requirement may include: a) Engineering Support b) Investigations, Studies and Field Activities c) Operation and Maintenance d) Remedial/Removal Actions e) Transportation and Disposal of Hazardous Material   10. RESPONSES REQUESTED: The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry including large and small business communities. The Government must ensure there is adequate competition among potential pool of responsible contractors. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Unrestricted Procurement. Other than small businesses may respond to this notice in the event the market does not indicate SB interest, however, preference will be given to 8(a) small business firms. The government must ensure there is adequate competition among the potential pool of available contractors. Prior Government contract work is not required for submitting a response under this sources sought announcement. The Government anticipates issuance of a solicitation in December 2014 or January 2015. The official synopsis citing the solicitation number may be issued on Federal Business Opportunities (www.fbo.gov). Firms are invited to register electronically to receive a copy of the solicitation, if it is issued. The Capabilities Statement for this sources sought is not intended 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 company's 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 prerequisite 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 whether to limit competition among 8(a), Service Disabled Veteran, Woman-Owned, HubZone, or all Small Business firms or proceed with full and open competition as Unrestricted. Offers that do not meet all requirements or submit within the allotted time will not be considered. 11. CAPABILITY STATEMENTS: Capability statements should include: a. Firm's Name, address(es), point of contact, phone number and e-mail address b. Firm's interest in proposing on the solicitation when it is issued c. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute comparable work perfomed within the past 5 years: Brief decription of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide up to 3 examples d. Firm's Business Size Category (i.e. Large Business, Small Business, HUBZone, Service Disabled Veteran Owned Small Business, Woman Owned, or 8(a)) e. Firm's Joint Venture information or Teaming Arrangements 12. RESPONSES DUE: All interested contractors should notify this office in writing by email by 1:00 PM Pacific Time on 15 October 2014. Submit response and information to Erica.J.Taylor@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-15-S-0001/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, South Pacific Division boundaries (Arizona, California, Nevada, New Mexico, and southern Utah), Sacramento, California, 95814, United States
Zip Code: 95814
 
Record
SN03536605-W 20141001/140930023050-7ed77327b43858f68ea81e0ab80c6087 (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.