Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2025 SAM #8573
SOLICITATION NOTICE

F -- Environmental Fence-to-Fence for JBER, EAFB, CSFS & 611th CES Installations Located in Alaska, Hawaii, and Wake Island

Notice Date
5/15/2025 5:12:38 PM
 
Notice Type
Presolicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
W2SN ENDIST ALASKA ANCHORAGE AK 99506-0898 USA
 
ZIP Code
99506-0898
 
Solicitation Number
W911KB25RA008
 
Archive Date
06/15/2025
 
Point of Contact
Jennifer Gosh, George Nasif
 
E-Mail Address
jennifer.gosh@usace.army.mil, george.g.nasif@usace.army.mil
(jennifer.gosh@usace.army.mil, george.g.nasif@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a presolicitation notice only for Fence-to-Fence Environmental Services for Joint Base Elmendorf-Richardson (JBER), Eielson Air Force Base (EAFB), Clear Space Force Station (CSFS) & 611 Civil Engineer Squadron (CES) installations located in Alaska, Hawaii, and Wake Island. Offer or bids will not be accepted for this notice. This solicitation will be a Total Small Business Set-Aside Procurement. Any resulting contract will be firm-fixed priced. The solicitation for this project will be available by INTERNET ACCESS ONLY and the anticipated download availability date for this solicitation will be on or after 30 May 2025. Access to the documents will be through a link on the SAM.gov website: http://www.SAM.gov/. Use the Search function and use this solicitation number to Search by Solicitation/Award Number. Any future amendments to the solicitation will also be available for download from the SAM.gov website. The Contractor shall comply with commercial and industry standards as well as all applicable Federal, State, and local laws, regulations, and procedures. All offerors are advised that they must be registered in SAM.gov (http://www.SAM.gov/) in order to receive an award. Joint ventures must also be registered in SAM.gov as a joint venture. Offerors are advised to begin this process when they prepare their proposals in order to ensure registration is in place should they be selected for award. The North American Industrial Classification System (NAICS) code will be 541620 - Environmental Consulting Services, which has a size standard of $19 Million. The estimated award date of this contract is August 2025. DESCRIPTION OF WORK: contract is for Fence-to-Fence (F2F) Environmental Services at Joint Base Elmendorf-Richardson (JBER), Eielson Air Force Base (EAFB), Clear Space Force Station (Clear) and environmental tasks at 611 Civil Engineer Squadron (CES) installations located in Alaska, Hawaii, and Wake Island to provide professional services for a full range of environmental compliance support activities necessary to meet Air Force Civil Engineer Center Environmental Directorate (AFCEC/CZ) requirements. The 611 CES is stationed at JBER, Alaska and has responsibility for mission operations at Wake Island and the two locations in Hawaii. The scope outlines the current known Environmental Compliance requirements as identified by the Department of the Air Force (DAF), United States Air Force (USAF), United States Space Force (USSF), and regulatory authorities. Installations include: Joint Base Elmendorf-Richardson (JBER) Murphy Dome (MPY) LRRS Eielson Air Force Base (EAFB) Oliktok (OLI) LRRS Clear Space Force Station (CSFS) Point Barrow (BRW) LRRS Barter Island (BTI) Long Range Radar Site (LRRS) Sparrevohn (SVW) LRRS Cape Lisburne (LUR) LRRS Tatalina (TLJ) LRRS Cape Newenham (EHM) LRRS Tin City (TNC) LRRS Cape Romanzof (CZF) LRRS Eareckson Air Station (EAS) Cold Bay (CDB) LRRS King Salmon Divert Airfield (KSDA) Fort Yukon (FYU) LRRS Ka'ala Air Force Station (KAFS), Hawaii Indian Mountain (UTO) LRRS Koke'e Air Force Station (QKK), Hawaii Kotzebue (OTZ) LRRS Wake Island Airfield (WIA) Summary of Requirements: Hazardous Waste (HW) Management to include HW facility support, HW disposal, Resource Conservation and Recovery Act (RCRA) permit compliance, and HW management plan support. Hazardous Material (HM) Management to include Installation Hazardous Materials Program (IHMP) support and reporting. Emergency Planning and Community Right-to-Know Act (EPCRA) data management, collection, and reporting. Air Quality Compliance and Resource Management Program to include Clean Air Act (CAA) compliance, Air Emission Inventory and Title V Permit renewal. Sampling, Testing, Analysis, and Monitoring to include installation Air Quality, Water Quality, and Permitted Landfill requirements. Waste Water and Storm Water to include Water permits, Clean Water Act (CWA) Plan support and National Pollutant Discharge Elimination System (NPDES) requirements. Solid Waste Management to include Landfill Permit renewal and Solid Waste Plan support. Pollution Prevention (P2) to support compliance with the Pollution Prevention Act and brass recycling. Petroleum, Oil, and Lubricants (POL) Management to include Spill Prevention, Control, and Countermeasures (SPCC) Plan, Facility Response Plan, and Oil Discharge Prevention and Contingency Plan (ODPCP), and tank support. Eielson Water Treatment Plant Manganese Discharge management requirements The Contractor shall comply with all applicable federal, state and local laws and regulations, and fulfill the performance objectives in a manner that is consistent with relevant Department of Defense and Air Force policy for the duration of the contract. The Contractor shall adhere to both the general requirements and installation-specific requirements. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to accomplish the requirements of this contract. Period of Performance (PoP) will consist of a base year award with the opportunity to exercise four subsequent option years at the discretion of the Government per the contract terms. NOTE: Electronic proposal submissions will only be accepted via the PIEE Solicitation Module website at: https://piee.eb.mil/sol/xhtml/unauth/index.xhtml. Search via Solicitation Number Search W911KB25RA008 on/after 30 May 2025. Additional information concerning PIEE can be found at: https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/index.xhtml
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2d8e1828a01b40ad9cf9c935eba29cb7/view)
 
Place of Performance
Address: JBER, AK 99506, USA
Zip Code: 99506
Country: USA
 
Record
SN07444255-F 20250517/250515230046 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.