SOURCES SOUGHT
R -- Request for Information (RFI) Professional Environmental Remediation Services
- Notice Date
- 1/8/2008
- Notice Type
- Sources Sought
- NAICS
- 562910
— Remediation Services
- Contracting Office
- US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
- ZIP Code
- 68102-1618
- Solicitation Number
- W9128F-08-S-E0001
- Response Due
- 2/1/2008
- Archive Date
- 4/1/2008
- Point of Contact
- Patricia Overgaard, 402 221 3031
- E-Mail Address
-
Email your questions to US Army Corps of Engineer - Omaha District
(Pat.M.Overgaard@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI) Professional Environmental Remediation Services Contracting Office Address U.S. Army Corps of Engineers, Omaha District, 106 S.15th Street, Omaha, Nebraska 68102 Description THIS IS A REQ UEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY AND IS NOT A NOTICE OF SOLICITATION ISSUANCE. The Omaha District, U. S. Army Corps of Engineers on behalf of its Northwestern Division Regional Business Center (NWD/RBC) U.S. Army Corps of Engi neers is seeking information about potential sources interested and capable of providing North American Industry Classification System (NAICS) code 562910, Environmental Remediation Services. This is not a solicitation; there is no Request for Proposal (RF P) or Solicitation to download or request. This RFI constitutes a market research tool for the collection and analyses of information to determine Small Business Community (SBC) members (Small Business (SB), Small Disadvantaged Business (SDB), Wo men-Owned Small Business (WOSB), Historically Underutilized Business Zone (HubZone), Service-Disable Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB) and Historical Black Colleges and Minority Institutions (HBCU/MI)) capabilities and capacity to prime contract (and sub-contracts) to execute NWD/RBC environmental remediation program. The NAICS 562910 environmental remediation industry comprises establishments primarily engaged in one or more of the following: (1) remediat ion and cleanup of contaminated buildings, mine sites, soils, or ground water; (2) integrated mine reclamation activities, including demolition, soil remediation, waste water treatment, hazardous material removal, contouring land, and re-vegetation; and (3 ) asbestos, lead paint, and other toxic material abatements. As traditional chemical and radioactive waste sites are closed, environmental programs focus is anticipated to migrate to ordnance cleanup under the Military Munitions Response Program (MMRP). T he mission objective is to clear the site of un-exploded ordinance (UXO) to current technology standards and review every five years after an action is started. Requirements may involve Resource Conservation and Recover Act (RCRA) and the Compreh ensive Environmental Response, Compensation and Liability Act (CERCLA) regulations in addition to specific regulations from State regulatory agencies including those related to underground storage tanks (UST). Stakeholders (Customers, Consumer, an d Constituents) prefer aggressive performance based contracting initiatives for the execution of environmental remediation programs (ERP). The intent of the performance based contract (PBC) initiative is to place emphasis on regulatory site closure. The performance-based acquisition methods will be utilized to the greatest extent possible. Potential PBC Installations, Facilities and Areas may include but are not limited to: Pueblo Chemical Depot, Colorado; Cornhusker Army Ammuni tion Plant, Nebraska; Pope AFB, North Carolina; Travis AFB, California, Badlands Bombing Range, South Dakota; McConnell AFB, Kansas; Former Lowry Titan Missile Site, Arapahoe County, Colorado; Fort Carson, Colorado; Fort Riley, Kansas; Fort Lewis, Washingt on; and Yakima Training Center, Washington. Best practices and lessons learned from past operations success include competition, socio-economic participation, service provider capability cost control and advanced contracts commonly known as multip le award indefinite-delivery (IDT) contract (multiple awards of IDT contracts under a single solicitation for the same services to two or more sources). It is estimated that individual task orders will range from $100,000 up to approximately 10 millio n and may include multiple, large site investigations / remediation with concurrent performance schedules. The potential Service Provider must have proven specialized experience and technical competence in the development and implementation of contamination assessment and remediation requirements for RCRA Sites and petroleum contamination, with specific experience at Federal installations. The professional s ervices ordered require multi-disciplined engineering skills demanding selected firms to be staffed, at a minimum, with engineers demonstrating experience in each of the following disciplines: civil engineering, chemical engineering, environmental engineer ing, and geotechnical engineering. Other required project staff disciplines include biologists, geologists, and engineering technicians capable of manipulating the sampling, geologic, and engineering data through the use of common word processing, databas e software, etc NWDs requirements necessitate firms capable of performing multiple, large site investigations with demanding schedules at the same time. Capabilities package/response submittal must be received no later than 2:00 p.m. on 1 Fe bruary 2008. Any information submitted is voluntary. 1. Interested firms having the capabilities necessary to meet or exceed all aspects of NAICS code 562910 environmental remediation industry may submit a capabilities and capacity statement pac kage. The submission shall be prepared in Microsoft Office 2000 or greater, no more than five (5) pages in length, single spaced, 10 point font minimum NWD may not evaluate submissions that do not comply with the submission instructions contained herein.< BR>2. A cover letter provided for the five (5) page submission shall include (a) the name and address of the company; (b) companys business size status (i.e. Other than Small (OTS) Small (SB), Small Disadvantaged Business (SDB), Women-Owned Small Busines s (WOSB), Historically Underutilized Business Zone (HubZone), Section 8(a)); and (c) a point-of-contact to include phone number, fax number, and email address. 4. The capability and capacity statement package must demonstrate and address ( a) prior/current specific experience at Federal installations in preparing reports/investigations in accordance with U.S., EPA, and FDEP RCRA, and TSCA directives, including magnitude, scope, and complexity within the last three years, contract number, or ganization supported, indication of whether a prime contractor or subcontractor, contract value, Government point of contact with a current telephone number, a brief description of how the contract referenced relates to the services described herein; (b) c ompany profile including staffing plan; annual revenue history; office location(s); DUNS number; demonstration of financial stability, ability to retain existing staff and hire/acquire qualified personnel, and ability to provide continuity of operations at the beginning and the end of a contract; and if a small business firm, an assurance it will be able to perform 51% of the work with its own employees; and (c) resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications and specified relevant work experience of such personnel; and (d) a listing of active NAICS environmental remediation contract(s), maximum contract capacity, committed contract capacity to date; active remaining capacity; (d) Past performance information demonstrating relevant past experience in solid waste collection, disposal and recycling on military installations and (e) Current successful teaming arrangements with other business conce rns, large or small. 5. Other than Small Business Concerns are not prohibited from responding to this announcement. 6. This RFI is for planning purposes and is not to be construed as a commitment by NWD to pay for information submi tted in response to this request. Respondents will not be notified of the results of the market analysis and debriefings will not be available. It is the read er responsibility to monitor the FedBizOpps for any resultant or future solicitation package (s). 7. Results of the market research will be used to satisfy Parts 5, 10 and 19 and other applicable parts of the Federal Acquisition Regulation (FAR) an d associated directives and guidance. Specifically, the results of the research will be used to (1) analyze, evaluate, determined and document the capabilities and capacity of SBC members to prime environmental service contracts; (2) document formal acqu isition plans, benefit and cost-type determination and justifications; (3) avoidance and mitigation of unnecessary and unjustified bundling that precludes SBC members as prime and subcontractors; (4) Analyze, evaluate and document industry best practices, technical and acquisition approaches; (4) notification to incumbent SBC members of the potential to consolidate environmental remediation requirements; and (5) Inform SBC member where to locate and contact assigned Procurement Center Representatives (PCR) of the Office of Government Contracting, Small Business Administration. The Office of Government Contracting (GC) works to create an environment for maximum participation by small, disadvantaged, and woman-owned businesses in federal government contract awards and large prime subcontract awards. GC advocates on behalf of small business in the federal procurement world and maybe contacted at http://www.sba.gov/gc. 8. Responses must be received by 1 February 2008, not later than 2:00 p.m. Central Time. All responses pertaining to this RFI must be submitted in writing electronically to FedBiZOpps@usace.army.mil with the subject line NWD/RBC Sources Sought: Professional Environmental Remediation Service Providers or mailed to: Office of Small Busi ness Programs, U.S. Army Corps of Engineers, Omaha District, 106 South 15th Street, Omaha, Nebraska 68102-1618. Point of Contacts Hubert J. Carter, Jr. Office of Small Business Programs, U.S. Army Corps of Engineers, Omaha District, Phone 402-221-4110, Fax 402-221-4626
- Web Link
-
Global Inbox
(http://www2.fbo.gov/spg/USA/COE/DACA45/W9128F%2D08%2DS%2DE0001/FedBiZOpps@usace.army.mil)
- Place of Performance
- Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
- Zip Code: 68102-1618
- Country: US
- Zip Code: 68102-1618
- Record
- SN01480918-W 20080110/080108223926 (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 |