SOLICITATION NOTICE
B -- Restoration Advisory Board Environmental Consulting Services
- Notice Date
- 4/29/2025 8:59:04 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- W7NR USPFO ACTIVITY NYANG 105 NEWBURGH NY 12550-5042 USA
- ZIP Code
- 12550-5042
- Solicitation Number
- W50S8D25Q16Q3
- Response Due
- 5/20/2025 7:00:00 AM
- Archive Date
- 06/04/2025
- Point of Contact
- Kevin Fenner, Phone: 8455632832
- E-Mail Address
-
kevin.fenner.1@us.af.mil
(kevin.fenner.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation W50S8D25Q16Q3 is being issued as a Request for Quote (RFQ). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03. This acquisition is being solicited as a total small business set-aside. The North American Industry Classification System (NAICS) code is 541620 with a small business size standard of $19 million. Only one (1) award will be made as a result of this combined synopsis/solicitation. Information is listed below and further information is available in the attached Performance Work Statement (PWS). The 105th Airlift Wing is seeking an independent Perfluoroalkyl and Polyfluoroalkyl Substances (PFAS) expert with knowledge of the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA). The expert will have at least ten (10) years of remediation experience with Master's degree or higher. Awareness of New York State Department of Environmental Conservation regulations is preferred. The expert will conduct an independent review of all completed reports associated with the PFAS RI and IRAs. Review to include but not limited to the following documents: Unified Federal Policy Quality Assurance Project Plan (UFP QAPP) Addendum 2 (AECOM, 2024), CPA Phase I Report (Noblis, 2024), CPA Phase II Report (Noblis, 2024) and NTCRA EECA (BB&E, 2025). Will provide the RAB with progress reports at the regular scheduled RAB meetings, through the duration of this contract. Prior to completion of this contract, provide RAB Members and the Community with a public presentation, summarizing the conclusions obtained through review of the provided reports. Presentation is to help educate the RAB and Community to better understand all the technical documents completed at this time and the implications or remedial designs. Public presentation to be scheduled through the Contracting Officer�s Representative and the RAB. Include a question and answer period during the presentation time frame to allow RAB members and community to gain a better understanding. Presentation to summarize the information gained from the reports in regards to the plume(s) associated with the PFAS contamination. Information should include, but not limited to the characteristics, size, migration, profile, fate, transport of the plume(s) as it relates to the municipal and private well water drinkers. Provide a summary report based upon the review of the provided documents. Report to provide a summary report of the determinations made after review of all the technical reports and documents. Report is to include analysis of the PFAS plume as it relates to the municipal and private drinking well waters, extracting and explaining what has been found out about the plume(s), characteristics, size, fate, transport, migration, profile, etc. Report is to be provided a minimum of a week prior to the public presentation, in order to provide ample time for review prior to the public presentation. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price Technical Capability Vendor must be able to demonstrate that they can meet the qualifications of the PWS. Evaluation of price will be performed using one or more of the price analysis techniques in FAR 13.106-3. Through these techniques the Government will determine whether the price is reasonable, complete and realistic. Award will be made to the lowest priced quote that provides sufficient explanation/documentation to demonstrate their ability to conform to the requirements of the PWS. Wage Determination No. 2015-4159, Revision 28 dated 12/23/2024 applies to this procurement. All questions must be submitted in writing by no later than 10:00am Friday May 9th, 2025. Quotes are due no later than 10:00 AM EST, 20 May 2025. If there are any questions regarding this requirement, please contact Mr. Kevin Fenner by email: kevin.fenner.1@us.af.mil. All interested offerors must be registered in the System for Award Management (SAM) before an award can be made. To register with SAM, log on to https://www.sam.gov. The following provisions/clauses are applicable to this procurement: FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation; FAR 52.203- 19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements; FAR 52.204-7 System for Award Management; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-13 System for Award Management Maintenance; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 52.204-18 Commercial and Government Entity Code Maintenance; FAR 52.204-19 Incorporation by Reference of Representations and Certifications; FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems; FAR 52.204-22 Alternative Line Item Proposal; FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities; FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-26 Covered Telecommunications Equipment or Services- Representation; FAR 52.204-27 Prohibition on a ByteDance Covered Application; FAR 52.204-29 Federal Acquisition Supply Chain Security Act Orders�Representation and Disclosures; FAR 52.204-30 Federal Acquisition Supply Chain Security Act Orders�Prohibition ALT I; FAR 52.209-6 Protecting the Government's interests when subcontracting with contractors debarred, suspended or proposed debarment; FAR 52.209-10 Prohibition on contracting with inverted and domestic corporations; FAR 52.211-6 Brand Name or Equal; FAR 52.212-1 Instructions to Offerors; FAR 52.212-3 Offeror Representations and Certifications ALT I; FAR 52.212-4 Contract Terms and Conditions; FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders; FAR 52.219-1 Small Business Program Representations; FAR 52.219-6 Notice of Total Small Business Set-Aside (Deviation 2019-O0003); FAR 52.219-28 Post-Award Small Business Representation; FAR 52.222-3 Convict Labor; FAR 52.222-41 Service Contract Labor Standards; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026; FAR 52.222-62 Paid Sick Leave under Exec Order 13706; FAR 52.223-5 Pollution Prevention and Right-to-Know information; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management; FAR 52.232-39 Unenforceability of Unauthorized Obligations; FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-1 Disputes; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; FAR 52.252-2 Clauses incorporated by reference; FAR 52.252-3 Alterations In Solicitation; FAR 52.252-5 Authorized Deviations in Provisions; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002 Requirement to inform Employees of Whistleblower rights; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Antiterrorism Awareness Training for Contractors; DFARS 252.204- 7008 Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.204-7011 Alternative Line Item Structure; DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2024-O0013); DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support; DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services-Representation; DFARS 252.204- 7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services- Representation; DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services; DFARS 252.204-7024 Notice on the Use of the Supplier Performance Risk System; DFARS 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials; DFARS 252.225-7031 Secondary Arab Boycott of Israel; DFARS 252.225-7048 Export Controlled Items; DFARS 252.225-7055 Representation Regarding Business Operations with the Maduro Regime; DFARS 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime; DFARS 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region�Representation; DFARS 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.232-7004 DoD Progress Payment Rates; DFARS 252.232-7006 Wide Area Workflow Payment Instructions; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel; DFARS 252.243-7001 Pricing of Contract Modifications; DFARS 252.244-7000 Subcontracts for Commercial Items; DFARS 252.247-7023 Transportation of Supplies by Sea; Full text clauses may be accessed electronically at https://www.acquisition.gov/. 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the clause. 2. The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/41c734407ecd445896041751483b5c48/view)
- Place of Performance
- Address: Newburgh, NY 12550, USA
- Zip Code: 12550
- Country: USA
- Zip Code: 12550
- Record
- SN07424422-F 20250501/250429230050 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |