SPECIAL NOTICE
F -- Notice of Intent to Award a Sole Source Contract at DFSP San Pedro for Environmental Remediation Services
- Notice Date
- 2/25/2026 10:38:40 AM
- Notice Type
- Special Notice
- NAICS
- 562910
— Remediation Services
- Contracting Office
- DEFENSE LOGISTICS AGENCY
- ZIP Code
- 00000
- Solicitation Number
- SPE603-26-R-5X18
- Response Due
- 3/12/2026 12:00:00 PM
- Archive Date
- 03/13/2026
- Point of Contact
- Rhoji Fernandez, Phone: 703-362-2491, Carlos J. Vidro Martinez, Phone: 571-319-3617
- E-Mail Address
-
Rhoji.Fernandez@DLA.mil, Carlos.Vidro-Martinez@DLA.mil
(Rhoji.Fernandez@DLA.mil, Carlos.Vidro-Martinez@DLA.mil)
- Description
- Notice of Intent to Award a Sole Source Contract at DFSP San Pedro for Environmental Remediation Services The Defense Logistics Agency (DLA) Energy has a requirement for post-active environmental remediation services at Defense Fuel Support Point (DFSP) San Pedro, CA. The contractor shall provide all personnel, equipment, and services necessary to complete post-active remediation tasks at bulk field-constructed underground storage tank (BFCUST) 12 in preparation for well decommissioning and site closure, as well as, all site restoration tasks for seven BFCUSTs (1, 4, 5, 7, 11, 12, and 15) necessary to restore the sites back to their original status. Work at BFCUST 12 includes sampling, obtaining laboratory results on samples, and synthesizing data into deliverables to include a draft Interim Remedial Action Plan (IRAP) and final IRAP. Each BFCUST, surrounding treatment area, and contaminated plume zone is defined as a Site. The seven BFCUSTs located at DFSP San Pedro have undergone in-situ thermal remediation (ISTR). DLA Energy intends to issue a sole source contract to The Source Group, Inc. (SGI), to acquire these services in accordance with (IAW) Federal Acquisition Regulation (FAR) 6.103-1(c)(2)(i). The associated North American Industry Classification System (NAICS) code is 562910. The services required are post-active environmental remediation services to synthesize highly specialized thermal remediation results at BFCUST 12, to prepare the Interim Remedial Action Plan (IRAP), and to restore areas around BFCUSTs 1, 4, 5, 7, 11, 12, and 15 including, but not limited to, grading, re-seeding, drainage/erosion control, and road repair. As the incumbent contractor performing the thermal remediation services at DFSP San Pedro for five years, SGI has the specialized experience, knowledge, and capability to perform the remaining services required to achieve Site Closure at DFSP San Pedro for BFCUSTs 1, 4, 5, 7, 11, 12, and 15 this year (2026). The anticipated period of performance is April 1, 2026 through September 30, 2026. Interested entities may submit their capabilities and qualifications to perform the effort electronically via email to Rhoji Fernandez at Rhoji.Fernandez@DLA.mil and Carlos Vidro-Martinez at Carlos.Vidro-Martinez@dla.mil not later than March 11, 2026 3:00 PM local Fort Belvoir time. Such capabilities and qualifications will be evaluated solely for the purpose of determining whether to conduct this acquisition on a competitive basis. The Government will consider responses to this notice but reserves the right to award a contract using other than full and open competition. Interested companies should respond with the following: 1. Company profile to include number of employees, annual revenue history for (last 3 years), office location, CAGE Code, Unique Entity ID, statement regarding current business status, and confirmation of active registration in the System for Award Management (SAM). 2. Capability to provide an adequate number of qualified and experienced personnel who can obtain the appropriate background checks required for access to the site to perform required services at DFSP San Pedro, CA. 3. Past performance information as a prime contractor or subcontractor on contracts for similar environmental services to include Contract number, Name of Government Agency or Commercial Entity, Period of Performance, Dollar Value, Type of Contract, and an explanation of services provided. If your firm performed work as a subcontractor or joint venture, name the prime contractor or other party, the specific work and percentage of work performed by your company. Address any past performance problems and resolutions taken. 4. If a teaming arrangement is anticipated for this requirement, address the type of arrangement and the percentage of work and type of service your company would perform. 5. Your company�s experience with Service Contract Act of 1965 covered contracts or Collective Bargaining Agreements (CBAs). 6. Confirm financial capability and financial stability, adequate lines of credit to sustain and support the timely performance of requirements under this anticipated contract, and an approved accounting system in place to adequately track expenditures. 7. State a realistic phase-in period required to commence performance with personnel, equipment, and materials.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/1eac4029af88455bafe28702137f0bd4/view)
- Place of Performance
- Address: CA 90731, USA
- Zip Code: 90731
- Country: USA
- Zip Code: 90731
- Record
- SN07726332-F 20260227/260225230039 (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 |