MODIFICATION
F -- Environmental Remediation Program Management Contract
- Notice Date
- 4/23/2007
- Notice Type
- Modification
- NAICS
- 562910
— Remediation Services
- Contracting Office
- ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK-07-R-0017
- Response Due
- 5/4/2007
- Archive Date
- 7/3/2007
- Small Business Set-Aside
- N/A
- Description
- THIS SERVES AS THE FULL SOURCES SOUGHT NOTIFICATION. PLEASE IGNORE THE REFERENCE TO AN ATTACHMENT IN THE ORIGINAL POSTING. THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. The purpose of this sources sought notice is to gauge the level of interest and capability within the contracting community for conducting environmental restoration work at th e Redstone Arsenal (RSA) under an incentivized contract structure that utilizes the prime contractor in the role of a Program Management Contractor (PMC). Response to this notice is strictly voluntary and will not affect any corporations ability to submi t an offer if and when a solicitation is released. There is no bid package or solicitation document associated with this announcement. Statement of Objectives: The Government anticipates a requirement where the objective will be to achieve Remedy in Place (RIP) or Response Complete (RC) at all Installation Restoration Program (IRP) sites at the Redstone Arsenal in Huntsville, Alabama, on or before September 30, 2 014, while ensuring that the cleanup also supports the needs of the Installations operational mission. The goal of the Army is to achieve this objective cost effectively, while maintaining a high level of both quality and safety, and meeting all regulato ry and Army requirements. The Army is seeking a performance-based, best value solution. The anticipated NAICS code is 562910 (Environmental Remediation Services). Installation Description and Anticipated Scope of Activities: RSA is an operating installation with more than 70 tenants. It is designated as a gaining installation under the BRAC 2005 realignment; as such, significant importance will be placed on a contractors ability to work with and around mission support activi ties and willingness to be flexible in their restoration activity schedules if and when mission needs warrant a change to the scheduled activities. Restoration activities are conducted under the Comprehensive Environmental Response, Compensation, and Lia bility Act (CERCLA), as amended by the Superfund Amendments and Reauthorization Act (SARA), and National Oil and Hazardous Substances Contingency Plan (NCP) requirements. Work is also conducted pursuant to Resource Conservation Recovery Act (RCRA) through the State RCRA Part B Corrective Action permit. Regulatory coordination is with both the Alabama Department of Environmental Management (ADEM) and the United States Environmental Protection Agency (USEPA) Region 4. RSA is on the National Priorities List (NPL); as such, a tri-party Federal Facilities Agreement (FFA) is currently being drafted and is anticipated for signature prior to release of a solicitation. The Contractor must have the demonstrated capability and experience to integrate and manage a large diverse environmental restoration program, and to perform, or provide, a wide range of investigative, remedial design, remedial construction, and remediatio n services required for hazardous substance and waste sites, munitions and explosives of concern (MEC), and chemical warfare materiel (CWM). Work will include, for example, site investigation, site characterization, evaluation of remedial alternatives, dev elopment of remedial action objectives and exit strategies, remedial design, remedial construction, remediation of contaminated sites, remedial action (operations), and long-term management (LTM). It is the Contractor's responsibility to comply with all applicable federal, state and local laws and regulations and to fulfill the performance objectives of this proposed requirement in a manner that is consistent with any applicable orders or permits, a ll existing and future cleanup agreements or guidance, and relevant Department of Defense (DoD) and Army policy for the Installation, for the duration of the contract. The activities required to achieve the objective of RIP/RC for the IRP sites at RSA will include conducting r equired environmental restoration services for which the United States Department of the Army (the 'Army') is statutorily responsible; addressing any and all unforeseen environmental, scheduling, and regulatory issues; and, assuming contractual liability a nd responsibility for the achievement of the performance objectives for the cleanup sites, including any sites with off-installation contamination for which the Army is responsible. Contractors should note that 'Unforeseen environmental issues' include un known and/or varied concentrations of contaminants at cleanup sites (off-installation areas included) to be identified in the Performance Work Statement (PWS), but not unknown sites (e.g., sites not identified in the PWS). Activities required on Military Munitions Response Program (MMRP) sites are likely. In addition, this scope may include a number of compliance cleanup sites. Because of the nature of on-going mission, contractors working on specific high priority sites will need active security clear ances. Information on the RSA environmental program is available on the public website, http://www.garrison.redstone.army.mil/sites/directorates/dpw/emd/res/emd_res.html and at the USAEC website, http://aec.army.mil/usaec/cleanup/index.html. Corporate Capabilities / Statement of Interest: For this anticipated requirement, the Army plans to seek an experienced program management contractor capable of integrating all activities necessary to complete the work described, within the required schedule. The Army anticipates restricting the selec ted PMC Contractors activities to management/integration activities with a requirement that all field-related work be subcontracted, with a minimum of 50% of the subcontracted work being awarded to small business. The Contractor would be responsible fo r providing the strategic planning and integration necessary to identify necessary activities, developing and managing the overall schedule, developing appropriate performance-based scoping documents, competing the work efforts among multiple subcontractor s, and overseeing/managing work performed by others to ensure achievement of the Armys performance objectives. 1.) Contractors are encouraged to submit a capabilities statement describing corporate experience in managing requirements similar in size and scope to the activities described above. This capabilities statement should not exceed 10 pages in length and sh ould focus on successful recent (within the past 5 years) and relevant past performance to this anticipated scope. Specific areas of interest to the government include the following: " Demonstrated ability to manage and work on performance-based acquisitions. " Demonstrated ability to conduct and oversee all aspects of technical and administrative work described above, on contracts that exceed $100 million in value. " Demonstrated experience of a proven management team to integrate multiple subcontractors, and achieve aggressive small business goals (it is anticipated that there will be a 50% small business requirement) under contracts exceeding $100 million in value. " Demonstrated experience working on large, active federal installations. " Demonstrated use of an earned value management system to control cost and schedule performance as well as report progress against contracts. In addition to the 10-page capability statement, contractors are encouraged to submit thoughts on overall contract structure, including incentives and fee construct, period of performance, ability of the prime contractor to self perform (and the types of a ctivities considered appropriate for the prime contractor to self perform), etc. Please include the following with your response: " Name and address of firm " Size of business " Point of contact and telephone. 2.) Interested small businesses are encouraged to submit a capabilities statement describing corporate experience in performing environmental r emediation requirements. This information will assist the Army in identifying potential subcontracting set-asides to small businesses. This capabilities statement should not exceed 5 pages in length and should focus on successful recent (within the past 5 years) remediation experience. Please include the following with your response: " Name and address of firm " Size of business " Point of contact and telephone. Industry Day(s): The Government anticipates conducting industry day(s) at RSA. Details will be provided at a later date. Submission Instruction: Please e-mail your responses to Lane M. Gary at lane.gary@us.army.mil no later than4 May 2007 at Noon EST. Since this is a sources sought to be used in planning a future acquisition, do not send any proposals. Requests for proposals, if and when issued, will be available on the Internet at FedBizOpps.gov. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information of the submission of the contractors information. Proprietary information will be safeguarded in accordance with applicable G overnment regulations.
- Record
- SN01279393-W 20070425/070424014553 (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 |