Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 01, 2016 FBO #5487
SOURCES SOUGHT

F -- Environmental Compliance and Operations 2 (ECO2) - Current ECO1 Performance Work Statement

Notice Date
11/29/2016
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
National Aeronautics and Space Administration, Johnson Space Center, Mail Code: BH5, NASA - White Sands Test Facility, P.O. Box 20, Las Cruces, New Mexico, 88004-0020, United States
 
ZIP Code
88004-0020
 
Solicitation Number
NNJ17609194L
 
Point of Contact
Elizabeth D. Tapia, , Rogelio Curiel,
 
E-Mail Address
elizabeth.d.tapia@nasa.gov, rogelio.Curiel@nasa.gov
(elizabeth.d.tapia@nasa.gov, rogelio.Curiel@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Current ECO1- NNJ13HA03B- Performance Work Statement (PWS) - Be advised NASA intends to revise/update the PWS as part of ECO2 efforts. This PWS is provided as informational purposes only. This notice is issued by NASA's Lyndon B. Johnson Space Center (JSC) White Sands Test Facility (WSTF) as a Request for Information/Sources Sought Synopsis seeking capabilities from industry and to solicit responses from interested parties. This document is for information and planning purposes and to promote competition. It does not constitute a Request for Proposal, Invitation for Bid, or Request for Quotation, and is not to be construed as a commitment by the Government to enter into a contract. It is anticipated that WSTF will issue a solicitation for environmental compliance, restoration, and sustainability services/programs. The Environmental Compliance and Operations 2 (ECO2), is a follow-on effort to the current ECO contract to support WSTF in Las Cruces, New Mexico. The planned effort is anticipated to be similar in scope to the current ECO Contract and will provide: • Multi-media environmental compliance services including hazardous and solid waste management, air emission program management, wastewater system oversight, permit compliance, tank system compliance, natural and cultural resources management, drinking water compliance, regulatory review and strategy development, deliverable management, and regulatory agency reporting. • Environmental restoration program services including professional engineering and scientific support for large-scale groundwater treatment system operations, system maintenance requirements, groundwater monitoring, data analysis, field investigation and corrective action activities, modeling, and permit compliance. • Sustainability program services including recycling, waste minimization, sustainable acquisition, chemical substitution, and pollution prevention activities. • General environmental operational support including overall program management, project planning and execution, schedule and budget management, safety and health program oversight, records management, procurement support, training oversight, IT resource management, and quality and environmental management system oversight. The anticipated North American Industry Classification System (NAICS) code for this procurement is 562910, Remediation Services, and the size standard is 750 employees. The maximum award value is anticipated not to exceed $80 Million over a 5-year period of performance. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in FedBizOpps. It is the potential offeror's responsibility to monitor these sites for the release of any solicitation or synopsis. REQUEST FOR INFORMATION: Industry is invited to provide inputs in the following specific areas. Please discuss all alternatives you would like NASA to consider. The information received will not be released in its submitted form, but it may be used in developing the best approach for follow-on strategies, and therefore may be recognizable. 1. Industry is encouraged to submit information on the contract type and to identify incentives which would most motivate your company. Identify any portion(s) of this procurement for which fixed price contracting could be utilized and provide rationale. Provide any other feedback on contract type and use of appropriate incentives. 2. Provide feedback and rationale on any other topics you would like to address regarding this potential procurement. SOURCES SOUGHT: NASA/JSC/WSTF is also soliciting information from all interested small business concerns. Interested parties are requested to submit their capabilities and qualifications to perform the effort. Responses shall include the following: a. Name and address of firm and Point of Contact information. b. Size of business. c. Average annual revenue for past three years. d. Number of employees. e. Whether the firm is a SB, SDB, HUBZone, WOSB, VOSB, SDVOSB, HBCU/MI and/or 8a. f. Number of years in business. g. Affiliate information: parent company, joint venture partners and potential teaming partners. h. If you plan to propose as a prime or as a subcontractor i. A list of contracts covering the past three years with emphasis on work performed on a Federal installation. Please provide contract numbers, if your firm was a prime or subcontractor, contract type, dollar value of each procurement, and point of contact (address and phone number). If work was performed as a subcontractor, please indicate percentage of work/subcontract dollar value. j. From the list above, please identify those contracts you consider most relevant to the work of this effort. Please provide a brief summary of similar work accomplished as compared to this scope. You are requested to provide electronic responses to the above questions 1 through 2 and "a" through "j". The total page count is limited to 10 pages using no less than 12 point Times New Roman font and 1" margins. Please send all responses via email to Rogelio Curiel (Rogelio.curiel@nasa.gov) and Elizabeth Tapia (Elizabeth.d.tapia@nasa.gov) and reference "Sources Sought Notice NNJ17609194L" in your response. Your response is requested no later than 4:00 p.m. MST on December 16, 2016. In order to facilitate teaming arrangements, NASA intends to release the names, addresses, and points of contacts of all respondents on the website, unless specifically requested not to do so by the respondent. This information will be provided on the procurement website as an "Interested Party List". In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government is under no obligation to issue a solicitation or to award any contract on the basis of this synopsis. The Government will not pay for any information solicited. No evaluation letters and/or results will be issued to the respondents. Potential offerors are responsible for monitoring this site for the release of any future solicitation or synopsis. The Government intends to review the responses submitted by Industry. This data will not be shared outside the Government. The Government may use this data to refine requirements and develop a request for a proposal. Please do not submit proprietary information. Data submitted as part of Industry's responses marked "proprietary" will not be reviewed. A website for the ECO2 acquisition has been developed at the following link: https://procurement.jsc.nasa.gov/eco2/. The Performance Work Statement (PWS) for the current ECO contract can be found on the ECO2 website under the "Sources Sought Synopsis and Related Documents" link. The ECO PWS is provided for informational purposes only as NASA intends to revise/update the ECO2 PWS as part of the ECO2 follow-on effort. Interested parties are responsible for checking this website for further information and updates. Contracting Office Address: NASA/Lyndon B. Johnson Space Center/White Sands Test Facility /BH5 Las Cruces, New Mexico 88012 United States Place of Performance: NASA/Lyndon B. Johnson Space Center/White Sands Test Facility Las Cruces, New Mexico 88012 United States Primary Point of Contact: Elizabeth D. Tapia Contract Specialist elizabeth.d.tapia@nasa.gov Secondary Point of Contact: Rogelio Curiel Contracting Officer Rogelio.curiel@nasa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e21270dfeac20ae6f91fe3638a67e0c5)
 
Place of Performance
Address: NASA/Lyndon B. Johnson Space Center/ White Sands Test Facility, 12600 NASA Road, Las Cruces, New Mexico, 88012, United States
Zip Code: 88012
 
Record
SN04338181-W 20161201/161129234304-e21270dfeac20ae6f91fe3638a67e0c5 (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.