Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 17, 2015 FBO #5076
MODIFICATION

Z -- Small Business Sources Sought: Request for Information, Environmental/Construction Services

Notice Date
10/15/2015
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
USACE District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070
 
ZIP Code
37202-1070
 
Solicitation Number
W912P5-16-R-0001
 
Response Due
10/16/2015
 
Archive Date
12/14/2015
 
Point of Contact
Isaac J. Taylor, 615-736-5679
 
E-Mail Address
USACE District, Nashville
(isaac.j.taylor@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH. This RFI is issued solely for informational, market research, and planning purposes only. It does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), or Request for Proposal or a promise to issue an RFQ/IFB/RFP in the future. No solicitation document exists at this time. Issuance of this notice does not constitute any obligation on the part of the Government and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. In addition, respondents are advised that the United States Government is under no obligation to pay for any information or administrative cost incurred in response to this RFI. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this RFI. BACKGROUND: USACE Nashville District anticipates awarding up to three five-year Firm-Fixed Price (FFP) Multiple Award Task Order Contract (MATOC) Indefinite-Delivery Indefinite-Quantity (IDIQ) service/construction contracts with a pool capacity of $20,000,000. No solicitation document exists at this time. The anticipated solicitation release date is currently unavailable. A synopsis will be posted for at least 30 calendar days prior to the response deadline. The general scope of work is as follows: The purpose of this contract is to provide a full range of non-Architect-Engineer (A-E) environmental services to the various Districts within the Great Lakes and Ohio River Division of the US Army Corps of Engineers (LRD) and Fort Campbell, Ky. The environmental services will fall generally under the categories of environmental compliance and environmental restoration. Examples of the types of services under these categories that may be ordered under this contract are given in the paragraphs below, although actual services ordered under task orders will not be limited to these examples. The Contractor shall furnish all materials, equipment, supplies, plant and personnel, and all other services required to perform the environmental services outlined in this section and as specifically identified in individual task orders. The work location, schedule and specific procedures for each item of work will be described in individual task orders. The Government and the Contractor shall negotiate the price of each individual task order including the Contractor's profit. The effort will be issued as either construction or service. Task Orders will be issued as firm-fixed price (FFP) task orders. Environmental Compliance: The Contractor shall be capable of providing a wide range of environmental compliance services. Examples of some of the environmental compliance work that may be required are listed below: a. Complying with Federal, State, and/or local air pollution regulations. This includes, but is not limited to, preparation of air permits, monitoring air emissions, maintaining air emissions inventories, and inspecting permitted facilities, and complying with applicable regulations while performing work under this contract. b. Complying with Federal, State, and/or local solid waste handling and disposal regulations. This includes, but is not limited to, solid waste management plans and solid waste recycling; solid waste landfill inspection, monitoring, permitting and closure; and actual disposal of solid waste generated by others. c. Complying with Federal, State, and/or local hazardous waste handling and disposal regulations. This potentially includes actual disposal of hazardous wastes generated by work under this contract or by others. d. Complying with Federal, State, and/or local Emergency Planning and Community Right to Know regulations. e. Complying with Federal, State, and/or local water quality regulations. This includes, but is not limited to, drinking water systems, wastewater treatment systems, stormwater systems, lands leased for agricultural production, and maintained forest lands, as well as other water encountered or generated in the conductance of work under this contract. f. Complying with Federal, State, and/or local underground storage tank monitoring and/or closure regulations. g. Establishing and/or upgrading GIS systems. h. Establishing and/or upgrading extensive databases. Some of these databases may be integrated with GIS systems. i. Lead based paint investigations and abatement. j. Asbestos surveys and abatement, including but not limited to materials in and related to turbine-generators within powerhouses. k. Radon surveys and testing. l. Indoor air quality monitoring. m. Other compliance issues. Environmental Restoration: The Contractor shall be capable of providing innovative technologies, as well as traditional methods of site investigation, design and remediation. Examples of some of the environmental restoration work that may be required are listed below: a. Develop site-specific work plans with accompanying subplans. These subplans include, but are not limited to, such documents as sampling and analysis plans, site specific safety and health plans, Contractor quality control plans, and erosion control plans. b. Sampling and testing of soil (from surface to deep subsurface) and/or other solid matter; sampling and testing of sediment; sampling and testing of groundwater; sampling and testing of air; sampling and testing of surface water; and sampling and testing of potentially hazardous materials encountered in work under this contract or generated by others. Soils may be tested for both chemical and geotechnical parameters. Groundwater sampling may involve installation and development of monitoring wells and extraction wells. c. Conduct site investigations (e.g., Remedial Investigations, RCRA Facility Investigations, Comprehensive Site Assessments, Site Assessments, etc.) in accordance with Federal, State, and local environmental regulations. This includes preparation of work plans and reports for approval by the Corps of Engineers and the applicable Federal, State, and/or local regulatory authorities. d. Prepare remedial action decision documents (e.g., Feasibility Studies, Records of Decision, Corrective Measures Studies, Corrective Action Plans, Remedial Action Plans, etc.) for approval by the Corps of Engineers and the applicable Federal, State, and/or local regulatory authorities. e. Perform risk assessments (both human health and ecological) in support of RCRA, CERCLA, or other Federal or State regulated programs. f. Conduct remedial action activities at sites contaminated with the following types of substances: RCRA listed hazardous wastes, RCRA characteristic hazardous wastes, metals, PCBs, asbestos, petroleum hydrocarbons and chlorinated hydrocarbons, TSCA regulated substances and other contaminants not specifically listed. g. Remediation of contaminated soil. Soil remediation may include, but is not limited to, such techniques as excavation and off site disposal, soil vapor extraction and multi-phase extraction, bioventing, soil washing, bioremediation (ex situ and in situ), stabilization and/or solidification. h. Demolition, removal, decontamination, treatment, transport and/or disposal of manmade structures. Manmade structures include, but are not limited to, buildings, sumps, tanks (both aboveground and underground), oil/water separators, oil pits, lube racks, drums, and transformers. Additionally, these manmade structures may contain, or be contaminated with, asbestos, lead based paint, PCBs, petroleum products, or other solid or hazardous wastes. i. Remediation of contaminated groundwater. Groundwater remediation may include, but is not limited to, multi-phase extraction, groundwater treatment technologies, in situ bioremediation, reactive barriers, and air sparging. j. Topographic and geophysical surveys. k. Hydrogeological testing and data analysis (includes groundwater modeling and computer models). l. Chemical sampling, treatment, and/or disposal of containerized wastes, such as waste inside tanks, drums, and transformers. m. Construction of containments (e.g., caps, slurry walls, etc.) around hazardous waste sites. n. Operation and maintenance of remediation facilities, such as, groundwater collection and treatment systems, soil vapor extraction systems, multi-phase extraction systems, air sparging systems, and bioventing systems. o. Provide Corps of Engineers approved laboratory services for chemical and physical analyses of air, soil, groundwater, surface water, and sediment samples. p. Participation in community education and public affairs activities, including but not limited to support of public meetings and Restoration Advisory Boards. q. Prepare Remedial Action Reports and/or Closure Reports/Post Closure Reports after completion of the remedial action activities. This description is not all encompassing and is subject to change. REQUESTED INFORMATION: Only U.S. Small Businesses under NAICS 562910, entitled quote mark Environmental Remediation Services quote mark, which has a Small Business Administration (SBA) size standard of 500 employees, are requested to respond to this RFI. Size standards are the average annual receipts of a firm. How to calculate average annual receipts can be found in 13 CFR 121.104. 1.Is your firm considered a small business under the subject NAICS? 2.Is your firm considered, in accordance with Federal Acquisition Regulation (FAR) Part 19, to be a service-disabled veteran-owned small business, HUBZone small business, women-owned small business, or an 8(a) program participant? If so, please list. 3.State your firm's name, address, DUNS or CAGE, and primary point of contact. 4.Does your firm currently have the in-house capabilities to accomplish the general scope of work? 5.Does your firm have the in-house capabilities to accomplish multiple task orders at the same time? 6.List any projects and/or customers related to the above stated work greater than $100,000 you have completed in the past 5 years. 7.What is the dollar amount of the minimum guarantee your firm would require in order to submit a proposal for this work? 8.State your firm's level of experience as a prime contractor to the Federal Government in performing similar work to the general scope of work listed above. 9.State your level of interest in submitting a proposal as a prime contractor to the Federal Government based on the limited scope of work description above. RESPONSES: Please submit your information via email to Isaac J. Taylor, Contract Specialist, Isaac.J.Taylor@USACE.ARMY.MIL no later than 7:00 a.m. Central Time on October 29, 2015. You may also submit supplemental materials such as company brochures and literature. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. EMAIL IS THE PREFERRED METHOD FOR TRANSMITTING RESPONSES TO THIS SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-16-R-0001/listing.html)
 
Place of Performance
Address: Nashville District U.S. Army Corps of Engineers 110 9th Avenue South Nashville TN
Zip Code: 37203
 
Record
SN03922550-W 20151017/151015234451-80ae9a5ac644a0ace314fc7ae0fa21dd (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.