Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 15, 2017 FBO #5866
MODIFICATION

M -- DFSP Pt. Loma Environmental Remediation Services

Notice Date
12/13/2017
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Energy, 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060-6222, United States
 
ZIP Code
22060-6222
 
Solicitation Number
SPE603-18-R-5X07
 
Archive Date
12/29/2017
 
Point of Contact
Rhoji H. Fernandez, Phone: 7037678555
 
E-Mail Address
Rhoji.Fernandez@DLA.mil
(Rhoji.Fernandez@DLA.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Sources Sought/Sole Source Intent Notification: DFSP Point Loma - Bridge Contract for Environmental Remediation Services. This is a Sources Sought Notice. It seeks information from small business sources that can provide environmental remediation sources. No solicitation is being issued at this time. The amount of information for publication available at this time is limited. This notice is also issued for the purpose of market research in accord with Federal Acquisition Regulation (FAR) Part 10. The Defense Logistics Agency (DLA) Energy, Bulk Petroleum Supply Chain Services, Environmental Services Branch (FESAC), seeks potential small business sources to perform non-personal services that can provide environmental remediation services at Defense Fuel Support Point (DFSP) Point Loma, CA. The Contractor shall provide project management, technical, and operational support to DLA Energy for environmental activities at DFSP Point Loma (that includes implementing ongoing operations of the remedial systems). Contractor is responsible for daily maintenance activities; weekly, biweekly, and monthly site monitoring actions to comply with the approved site monitoring plans and permit requirements. Maintenance of system components is included to ensure effective operations; periodic system sampling; one semiannual groundwater sample collection and report submittal to San Diego Water Quality Control Board submission by April 30, 2018. Contractor shall ensure continued operations and monitoring for discharge of treated water from the remediation systems to the sanitary sewer. On a monthly basis, samples of the treated effluent water are collected and analyzed for the compounds/parameters listed in the permit. Contractor will include monthly sampling to ensure the extracted unprocessed water, if any, passed through the reverse osmosis systems; and, include additional samples along the treatment train necessary to monitor system performance. Sample results are provided to NAVFAC to document compliance with permit limits. For decommissioning of up to six offsite monitoring wells adjacent Navy Base Point Loma (NBPL), the Contractor shall obtain permits, submit and implement traffic plans, conduct decommissioning activities with certified drilling company, complete surveys with licensed surveyors, submit and implement permits or completing site restoration (e.g. asphalt/concrete replacement in street as well as residential areas), and submit subsequent reporting to comply with County permits and DOD policies. Decommissioning may require up to three separate mobilizations to abandon wells. The Contractor shall be responsible for determining and obtaining all requisite permits (including payment of associated fees). Contractor shall support the phase-in of incumbent contractor selected for pending solicitation SPE600-17-R-0505. The Contractor shall implement all activities within the framework of ongoing remediation efforts. The expected period of performance is January 01, 2018 through June 30, 2018. This announcement is posted as a notification of the Government's intent to enter into a sole source contract under the authority of FAR 6.302-1, "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements". The requirements will be fulfilled using FAR subpart 13.5, and DLAD 13.5 Test Program For Certain Commercial Items. The associated North American Classification System (NAICS) code is 562910 with a size standard of 750 employees. Responses are limited to not more than 5 pages. The Government will use this information to determine if there are business entities that are capable to perform this requirement. By responding, Offerors acknowledge capability to implement and coordinate all activities such that the Government is assured of cost- and time-effective exercise instruction. Any information submitted in response to this notice is voluntary. The Government will not pay for any information submitted in response to this notice. All responses submitted via e-mail will be considered. E-mail submissions to: Rhoji.Fernandez@DLA.mil. Interested companies should respond to the following: 1. Provide a company profile to include number of employees, annual revenue history for (last 3 years), office location (s), DUNNS/CAGE Code number, and a statement regarding current business status. Please note that registration in the System for Award Management (SAM) and Wide Area Workflow (WAWF) are required for DLA Energy contractors. 2. Capability of providing an adequate number of qualified and experienced personnel, with appropriate clearances, as required, to complete the estimated 120 exercises annually.  3. Past Performance: Do you have past performance as a prime contractor or subcontractor on service contract for similar environmental services requirements? If so, please provide the following: Contract number, Name of Government Agency or Commercial Entity. Period of Performance, Dollar Value, Type of Contract (Fixed Price, Cost Reimbursement, etc.), and an explanation of services provided as they relate to providing environmental remediation services. If your firm acted as subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage. Address any past performance problems, and resolutions taken. 4. Do you anticipate any type of teaming arrangement for this requirement? If yes, please address what kind of arrangement and what percentage of work, type (s) of service would you perform. 5. Does your company have experience with Service Contract Act of 1965 covered contracts? Does your company have experience with Collective Bargaining Agreements (CBAs)? Please explain any experience your company has had with labor unions. 6. Does your company have the financial capability and financial stability, and/or adequate lines of credit to sustain and support a four-year contract with a possible five-year option in the event there are delays with the payment process? Do you have an approved accounting system in place to adequately track expenditures? Please elaborate. 7. What realistic phase-in period would you require to commence performance with personnel, equipment, and materials?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SPE603-18-R-5X07/listing.html)
 
Place of Performance
Address: DFSP Pt. Loma, San Diego, California, United States
 
Record
SN04766396-W 20171215/171213231731-9c50a471cd98b963652d961409e0cdd1 (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.