Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 13, 2017 FBO #5803
MODIFICATION

99 -- Sources sought for Munitions and Explosive of Concern (MEC) Response Action, Former Waikoloa Maneuver Area and Honolulu District (POH) Area of Responsibility (AOR), U.S. Army Corps of Engineers, Honolulu District

Notice Date
10/11/2017
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Honolulu, Attn: CECT-POH, Building 230, Fort Shafter, Hawaii, 96858-5540, United States
 
ZIP Code
96858-5540
 
Solicitation Number
W9128A-15-Z-0003
 
Archive Date
12/25/2014
 
Point of Contact
Jennifer Ko, Phone: (808)835-4378, Curtis C. Chang, Phone: (808) 835-4376
 
E-Mail Address
jennifer.i.ko@usace.army.mil, Curtis.C.Chang@usace.army.mil
(jennifer.i.ko@usace.army.mil, Curtis.C.Chang@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE and is for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. The U.S. Army Corps of Engineers, Honolulu District, requests letters of interest from SMALL BUSINESS, 8(a), SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB), VETERAN OWNED SMALL BUSINESS (VOSB), HUBZONE, AND/OR WOMEN OWNED CONTRACTORS interested in providing services under an Indefinite Delivery Indefinite Quantity (IDIQ) Service Contract for Munitions & Explosives of Concern (MEC) Response Actions, Former Waikoloa Maneuver Area (WMA) and Honolulu District (POH) Area of Responsibility (AOR) U.S. Army Corps of Engineers, Honolulu District. The program capacity will be $60,000,000.00 for Indefinite Delivery Indefinite Quantity Contract (IDIQ) over a three year period. Task order values for the IDIQ may range from $25,000 to $10,000,000. The anticipated North American Industry Classification System (NAICS) code for this program is 562910 (Environmental Remediation Services), with a size standard of 500 employees. Firms will be required to perform fifty-one percent of the service under this contract. The IDIQ service contract includes: to safely locate, identify, recover, evaluate, manage and make final disposition of MEC at the Formerly Used Defense Site (FUDS) Waikoloa Maneuver Area, Island of Hawaii, Hawaii. This acquisition encourages integrated approaches to perform MEC responses including analog and digital (geophysical mapping, geographic information system (GIS) management and recording, anomaly discrimination, time-critical and non-time critical removal actions, emergency removal responses, clean-up of range residue, disposal, and management of MEC or other constituents related to MEC. The work shall be a manner consistent with the Department of Defense Explosives Safety Board requirements, the Defense Environmental Restoration Program (DERP), Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), the National Contingency Plan (NCP), Resource Conservation and Recovery Act, and compliance with other applicable laws and regulations. Each task order under this contract will provide a specific SOW describing the work required and may include but not limited to: conducting appropriate field surveys; site visits, and interviews with knowledgeable persons; preparation of required safety and health plans; site assessment reports, and site characterization reports; conducting site monitoring and execution of suitable cleanup activities; terrestrial or underwater surveys; innovative technology applications; chemical laboratory analysis; and disposal of MEC. A primary emphasis will be placed on assisting the U.S. Army Corps of Engineers in compliance with environmental laws and regulations. The work may involve but not limited to: working with other contractors during hazardous/toxic wastes investigations/remediation projects; archaeological studies / monitoring; flora and fauna studies; geo-technical studies; emergency response plans; public evacuation/safety plans and execution; public coordination; and other environmental and/or engineering studies. MEC response actions task orders may include, but not be limited to: analog and digital surveys for geophysical mapping, maintaining and updating GIS system; anomaly discrimination; time-critical cleanup of range residue; sampling and testing of soils and water for MEC constituents; safe execution of the destruction and/or removal; and disposal of and management of MEC and MD, or other constituents related to MEC. The Contractor shall perform his work in accordance with the Department of Defense Explosives Safety Board (DDESB) requirement; the Defense Environmental Restoration Program/Formerly Used Defense Sites (DERP/FUDS); Resource Conservation and Recovery Act (RCRA); Superfund Amendments and Reauthorization Act (SARA); Comprehensive Environmental Response, Compensation, and Liability Act and its amendments (CERCLA); Military Munitions Response Program (MMRP); and other applicable laws and regulations including Occupation Health and Safety Administration (OSHA). The IDIQ disciplines will include, but not be limited to the following: Principal Investigator/Program Manager; Field Operations Manager/Senior Project Manager; Project Manager; Quality Control Manager; UXO Quality Control Specialist (UXO Tech III); Senior UXO Supervisor (SUXOS); Safety Manager/Certified Industrial Hygienist; UXO Safety Officer; Industrial Hygienist; Safety Specialist; Geographical Information Systems Manager; GIS Specialist/Technician; Procurement Contracts Manager; Archaeologist; Field Office/Admin Assistant; Computer Programmer/Software Engineer; Emergency Medical Tech; Security Guard; Geologist; Geophysical Instrument Operator; Site Geophysicist; Geophysicist; Blaster (licensed); UXO Tech I; UXO Tech II; UXO Tech III; Laborer; Mechanic; Heavy Equipment Operator; Surveyor; Surveyor Aide; Truck Driver; Staff Scientist; Senior Engineer; Staff Engineer; Air Quality Specialist; Chemist; Environmental Specialist; Noise Quality Specialist; Hazardous Waste Specialist; Water Quality Specialist; Community/Cultural Liaison; Drafter/Illustrator; Word Processor/Typist. If your firm is interested and capable of performing the work identified above, please provide a response to this sources sought. Interested prime contractors should submit the following: a. Declaration that your firm will submit a proposal for this project should it be formally advertised. b. CAGE Code and DUNS number and expiration date in SAM.GOV. c. Size of firm (large or small), to include category of Small Business, if applicable, such as 8(a), HUBZone, SDVOSB, WOSB, etc. d. Statement of Capability (SOC) stating your firm's skills, experience, past performance, and knowledge required to perform this work. Your firm shall identify whether any work stated in the SOC was completed independently as the prime contractor or affiliated with another contractor (joint venture or subcontracted). For each project listed in the SOC, please provide a title, total contract amount, location, and project description. Limit your past performance information to three (3) projects. e. Responses shall be no longer than four (4) pages in length. Should your firm not include elements listed above, it will not be considered an adequate response. Email responses are required. Responses are to be sent via e-mail to jennifer.i.ko@usace.army.mil and curtis.c.chang@usace.army.mil no later than October 24, 2017, 2:00 p.m., Hawaiian Standard Time. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Please note that it is required that your company be registered in the System for Award Management (SAM), please see https://www.sam.gov/portal/public/SAM for additional information. Information about CCR can be found by calling 1-888-332-8277 or via the Internet at https://www.uscontractorregistration.com/. In addition, this sources sought is not be construed as a commitment by the Government, nor will the Government pay for any information solicited or delivered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-15-Z-0003/listing.html)
 
Place of Performance
Address: Former Waikoloa Maneuver Area and Honolulu District (POH) Area of Responsibility (AOR), U.S. Army Corps of Engineers, Honolulu District, Hawaii, United States
 
Record
SN04710697-W 20171013/171011230939-f30c6e113a5ac84726b8238afac3139a (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.