Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 17, 2016 FBO #5503
SOURCES SOUGHT

F -- NASA LaRC Environmental Support Services - Sources Sought Package

Notice Date
12/15/2016
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, Virginia, 23681-0001
 
ZIP Code
23681-0001
 
Solicitation Number
SS-ESS
 
Archive Date
1/21/2017
 
Point of Contact
Morgan L. Whitfield, Phone: (757) 864-6635
 
E-Mail Address
larc-ess@mail.nasa.gov
(larc-ess@mail.nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Environmental Support Services (ESS) Contract Documentation Requirements (CDR) Environmental Support Services (ESS) Performance Work Statement (PWS) National Aeronautics and Space Administration (NASA) Langley Research Center (LaRC) is seeking Capability Statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for Environmental Support Services (ESS). The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses here to. The Standard Practice & Environmental Engineering Branch (SPEEB) is responsible for LaRC's environmental and energy compliance, management, conservation, and sustainability programs. These responsibilities include coordination and integration of all environmental programs, interpreting environmental regulations as they apply to LaRC's activities, providing guidance on regulatory requirements, acting as the formal point of contact with all environmental regulatory agencies, development assistance and review of environmental permits, implementing cost effective energy efficiency and water conservation practices, remediation of contaminated sites, cease and desist authority for all polluting activities, and compliance monitoring and surveillance. The individual environmental program areas are overseen and managed by the LaRC civil servant staff. Interested offerors/vendors having the required specialized capabilities should submit a Capability Statement of 7 pages or less (including attachments) with a minimum font size of 12 indicating the ability to perform the aspects of the effort described herein. The capability statement should specifically respond to the areas detailed below to include (1) General Information, (2) Personnel Capabilities, and (3) Technical Capabilities to include general information and technical background describing your firms experience in contracts that are relevant to the work described below, requiring similar efforts, and of similar magnitude with a focus on experience at Federal Facilities. Potential offerors shall specifically comment, within the page limitation, on its capabilities and qualifications to meet the following: (1) General Information (Maximum of 2 pages): Interested offerors shall submit general information to include: (a) name and address of firm; (b) point of contact information to include name, title, phone number and email; (c) whether you intend to submit an offer, and if so, would you submit as a prime or subcontractor; (d) average annual revenue for past 3 years and number of employees; (e) size of business concern (large, small, 8(a), veteran-owned small business, service-disabled veteran-owned small business, HUBZone, small disadvantaged, woman-owned small business, Historically Black Colleges and Universities (HBCUs), and Minority Institutions (MIs); (f) number of years in business;(g) affiliate information to include parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); and (h) 2 or 3 customer contacts covering the past three years (highlight relevant work performed, contract numbers, contract type, dollar value of each contract, number of employees and customer point of contact address, phone number and email address). (2) Personnel Capabilities: The contractor shall provide management and staffing that possess the requisite education, experience, and other qualifications to meet the requirements detailed herein. This includes, but is not limited to, formal education, experience, training and a detailed knowledge of applicable Federal statutes and regulations including the Clean Water Act (CWA), Clean Air Act (CAA), Resources Conservation and Recovery Act (RCRA), Emergency Planning and Community Right-to-Know Act (EPCRA), National Environmental Policy Act (NEPA), Endangered Species Act (ESA), National Historical Preservation Act (NHPA), Toxic Substances Control Act (TSCA), Comprehensive Environmental Response Compensation and Liability Act (CERCLA), and the Superfund Amendments and Reauthorization Act (SARA) as well as a similar understanding of the Commonwealth of Virginia and local statutes and regulations. (3) Technical Capabilities: The contractor shall be required to meet the requirements detailed in the PWS. An overview is provided below: • Environmental Management System (EMS) and Sustainability: An EMS incorporates people, procedures, resources, responsibilities, and work practices in a formal structure to address the development, implementation, achievement, review of the Center's environmental policy. The Contractor shall support SPEEB in the planning, implementing, and performance. • National Environmental Policy Act (NEPA) and Project Planning: The Contractor shall provide support SPEEB to ensure compliance with the NEPA, NASA Procedural Requirement (NPR) 8580.1 Implementing the NASA National Environmental Policy Act and Executive Order 12114, the Council on Environmental Quality Regulations (40 Code of Federal Regulations Parts 1500-1508), and Langley Procedural Requirement (LPR) 8500.1 Environmental and Energy Program Manual. The contractor will help review federal actions for NEPA compliance. • Sustainable Acquisition: The Contractor shall provide compliance support with NPR 8530.1 Affirmative Program and Plan for Environmental Preferable Products. Support includes outreach, data collection, and operational evaluations. • Waste Management Program: LaRC operates as a Large Quantity Generator in accordance with applicable Federal, State and local environmental laws, and hazardous waste regulations. The Contractor shall transport and dispose of hazardous waste generated at LaRC using Government approved Treatment, Storage and Disposal Facilities (TSDF) in accordance with RCRA, Toxic Substance Control Act (TSCA), and Department of Transportation (DOT) regulations. Waste generated at LaRC includes but not limited to hazardous, non-hazardous and universal waste, oils, metals, polychlorinated biphenyl, and asbestos related waste and regulated non-hazardous waste. This includes the proper characterization of solid waste, hazardous waste, regulated non-hazardous waste, soils, and Toxic Substance Control Act (TSCA) waste generated at the Center including regulated waste construction and demolition in accordance with 40 Code of Federal Regulation (CFR) Parts 61, 260 through 279, and 761. • Laboratory Support: The Contractor shall provide laboratory services and analyses required by the Centers environmental permits and other environmental sampling requirements. The contractor shall conduct field sampling and analyses and laboratory analyses in accordance with Virginia Department of Environmental Quality (VDEQ), Hampton Roads Sanitation District (HRSD), and Environmental Protection Agency (EPA) approved methods, procedures and certification. • Air Quality Program: The Contractor shall provide support SPEEB to ensure compliance applicable requirements and policies defined in the CAA. The Environmental Protection Agency (EPA) has granted the VDEQ authority for oversight and enforcement of CAA provisions. The contractor shall prepare air program regulatory correspondence, permit amendment requests, permit applications and required reports as necessary to be submitted to SPEEB. • Water Quality Program: NASA LaRC's Water Quality Program is focused on stormwater management (SWM), erosion and sediment control (ESC), and regulatory permit management. These programs and associated permits set requirements on the water discharges from the Center that include limits on the amounts of pollutants discharged, monitoring requirements of the discharges, and record keeping requirements. The contractor shall provide assistance in administration and maintaining compliance with all permits, plans and program elements. Support includes, but is not limited to, preparing permit regulatory correspondence, modifications, evaluating operations and design submittals, attending meetings, record keeping, and preparing required reports. • Tank Program: The contractor shall be required to manage the Center underground storage tank (UST) and aboveground storage tank (AST) regulatory compliance program. The Center currently has 6 USTs ranging in capacity from 6,000 gallons to 50,000 gallons and 41 ASTs ranging in capacity from 500 gallons to 8,000 gallons. The contractor shall be responsible for maintaining an up-to-date storage tank inventory, preparing updated registration forms when necessary, providing training for tank operators and ensuring that all tanks located on the Center are in compliance with all Federal and State regulatory requirements. • Cultural Resource Management Program: The Contractor shall provide support SPEEB to ensure compliance with National Historic Preservation Act (NHPA). The contractor shall prepare regulatory correspondence and reports to SPEEB to ensure compliance with the Programmatic Agreement (PA) among NASA, the Virginia State Historic Preservation Office, and the Advisory Council on Historic Preservation for Management of Facilities, Infrastructure and Sites at NASA LaRC. • Energy and Water Conservation Program: The Contractor shall provide support SPEEB to ensure compliance with applicable requirements and policies that shall provide energy and water conservation support to SPEEB to ensure compliance with applicable laws, NASA policies, and Executive Orders to facilitate meeting the Centers energy and water conservation goals. Assist SPEEB with the identification, development, costing, implementation, and measurement and verification of savings for energy efficiency and water conservation projects and initiatives at the Center. • Remediation Services Program: The Contractor shall provide support SPEEB to ensure compliance with applicable requirements and policies defined in CERCLA, as amended by SARA. The contractor shall provide remediation support in compliance with the existing Construction Debris Landfill (CDL) site which requires annual sampling of 25 monitoring wells. Additionally, NASA LaRC is currently listed on the National Priorities List. NASA LaRC anticipates beginning the de-listing process in the next several years. The contractor will need to be able to support this effort and show experience in dealing with state and federal level regulators related to the CERCLA process from site investigations to Long Term Monitoring and site closeout, with a focus on experience at Federal Facilities. • Natural Resource Management Program: This program is focused on understanding, protecting and improving the health of natural resources. The key components to this program area include LaRC's Integrated Natural Resource Management Plan (INRMP), Endangered Species Act (ESA) Section 7 compliance, and outreach. The contractor shall provide assistance in administration and maintaining the Center's natural resource program. • Inspection Services: The Contractor shall provide field inspection and audit services. This effort's intent is to have a stronger presence in the field, especially on construction projects and activities, but also in facilities to aid in environmental compliance. • Outreach and Communication Program: The contractor shall ensure frequent and effective communication between SPEEB and LaRC stakeholders by evaluating and addressing communication and outreach needs to Center personnel from all the SPEEB's major program areas including NEPA, Air Quality, Spill Response, Tank Program, Water Quality, Waste Management (Hazardous and Nonhazardous), Environmental Restoration, Natural Resources, Cultural Resources, Hazardous Materials, Energy and Water Conservation, and Pollution Prevention (P2). The Contractor will identify communication strategies, intended audience, topics, distribution methods, and propose responsible party(ies). • Other Services: A myriad of other support services are listed in the PWS. Please read the PWS carefully when responding on your firm's technical capabilities. Potential offerors are referred to the attached Draft Requirements Document for a detailed listing of the required services. Industry is encouraged to provide comments, suggestions, and recommendations regarding the Draft Requirements Document. In addition, LaRC is also interested in contractor feedback related to suggestions for contract type, subcontracting opportunities, and possible contract incentives (positive and negative). The North American Industry Classification System (NAICS) code for this procurement is 541620, Environmental Consulting Services, with a size standard of $15.0M annually. Estimated award date for this contract is August 1, 2017. This is a sources sought synopsis to be used for information purposes only for preliminary planning purposes to assist NASA LaRC in its procurement strategy, to assess capabilities and qualifications of potential offerors, gain knowledge of interest, and to support any potential set-asides. 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 offerors responsibility to monitor this site for the release of any solicitation and synopsis. Please advise if this requirement is considered a commercial or commercial-type service. A commercial item is defined in Federal Acquisition Regulation (FAR) 2.101.Any questions you may have are to be submitted in writing, via email, to be used for consideration in the development of the requirements. This sources sought synopsis is for information and planning purposes and is not 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. All responses shall be submitted electronically via email to Morgan Whitfield at morgan.l.whitfield@nasa.gov and larc-ess@mail.nasa.gov no later than January 6, 2017. Please reference SS-ESS in any response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/LaRC/OPDC20220/SS-ESS/listing.html)
 
Place of Performance
Address: 5 Langley Blvd., Hampton, Virginia, 23681, United States
Zip Code: 23681
 
Record
SN04353158-W 20161217/161215234752-ea9715834f83df8f365b8b08c29de989 (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.