Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2009 FBO #2784
SOURCES SOUGHT

F -- Disposal and Support for excess industrial facility Badger Army Ammunition Plant

Notice Date
7/9/2009
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army TACOM Life Cycle Management Command - Rock Island, TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
W52H09-TBD
 
Response Due
7/21/2009
 
Archive Date
9/19/2009
 
Point of Contact
gollonj, 309-782-5369<br />
 
E-Mail Address
TACOM - Rock Island
(jeffrey.s.gollon@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The intent of this sources sought synopsis is to identify interested sources capable of providing operation and maintanence, demolition, decontamination and environmental remediation services at an excess Army Ammunition Plant in Wisconsin. Work may include the operations and maintenance of active potable water systems, waste water treatment facilities, electric distribution systems, package boiler operations, real property maintenance of active buildings, roads and grounds, perimeter fences, drainage facilities, demolition and environmental compliance/remediation/monitoring. Additionally, the contract may be required to maintain pest and noxious weed control, safety, security and fire protection programs. The estimated period of performance is 1 year. The contractor will need to meet the following requirements at a minimum: The contractor shall establish/maintain on-site environmental laboratory facilities for compliance monitoring and remediation. The lab must be certified in accordance with Wisconsin Administrative Code Chapter NR 149 and shall be certified for analysis of EPA/RCRA metals, volatile organics and semi-volatile organics including explosives and explosive-related compounds such as the 2,3, 2,4, and 2,6 isomers of dinitrotoluene, nitrocellulose, and nitroglycerine. The contractor must have an experienced environmental staff capable of conducting and managing environmental investigations, and remedial efforts. It is paramount that the environmental staff have experience with explosive-related compounds and their impact on health and the environment. The environmental staff will also need to have experience with Wisconsin Administrative Code Chapter NR 700 (Spill response and clean up) in order to properly characterize sites, report findings and achieve closures. The environmental personnel will need to have extensive experience and fluency with NR 720.19 for the development of site-specific soil residual cleanup standards. Further, in order to properly facilitate the development of site-specific soil residual cleanup standards, the contractor will need to have on staff people intimately familiar with the vadose zone modeling process used to identify acceptable residual contaminant levels in the soil within the proper risk characterization scenario. If properly carried out, the development of site-specific residual levels will save the U.S. Government several million dollars. If not carried out properly and thoroughly, both present cost and future liability will remain high. In addition to extensive experience with NR 700, the environmental personnel will need to have experience with Wisconsin Administrative Code Chapters NR 100 (Environmental Protection - General), 200 (Wisconsin Pollutant Discharge Elimination System, 300 (Water Regulation), 400 (Air Pollution Control), 500 (Solid Waste), 600 (Hazardous Waste Management), and 800 (Water Supply). The environmental staff shall also have extensive working experience with Wisconsin Department of Natural Resources and EPA Region V RCRA personnel. Experience and a good rapport with area regulators are critical. The contractor will be responsible for implementing and managing explosive decontamination and disposal projects, which will consist of the removal of smokeless powder from in and around production buildings, Ozone Depleting Chemical removal, Polychlorinated Biphenyl contaminated oil removal, removal of propellant and chemicals from the industrial sewers, removal of antifreeze from underground piping, and Asbestos decontamination. The contractor will need to have extensive experience working in this type of environment along with process knowledge and explosives materials management experience in order to conduct the efforts safely and effectively. The contractor will need to have on staff on-site the following certified and trained personnel: Certified Landfill Operator in accordance with NR 500 for the management of on-site licensed solid waste disposal facility. This facility is in the process of being expanded to accept demolition waste. Certified water system manager in accordance with NR 800 for the management of the facility potable water system. Certified Wastewater treatment Plant Operator in accordance with NR 200 for the operation of the facility sanitary wastewater treatment plant. Professional Engineers registered in the state of Wisconsin. Certified Geologist and/or Hydro geologist for continued modifications and improvements to the facility groundwater monitoring program and treatment operations as required by NR 712. Interested sources may submit a Statement of Capability (SOC) not more than five pages long to the point of contact detailed below. The SOC shall include the following: Firm's name and address; Names of two principals to contact including title, telephone number, email address and business size. It is essential and critical that any prospective awardees be responsible and responsive. SOC shall address the firm's ability to meet the above requirements, experience in providing similar services, management capabilities, former Government contracts, and any other information deemed pertinent to supporting the contractor's ability to perform the above services. The Government is only conducting market research. THE REQUESTED INFORMATION IS FOR INFORMATIONAL/PLANNING PURPOSES ONLY. There is no solicitation available. No cost data should be submitted. The Government will not pay for any material provided in response to this sources sought and submittals will not be returned. Point of Contact Jeff Gollon (309) 782-5369 Email your questions to jeffrey.s.gollon@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAE20/W52H09-TBD/listing.html)
 
Place of Performance
Address: Badger Army Ammunition Plant 1 Badger Road Baraboo WI<br />
Zip Code: 53913-5000<br />
 
Record
SN01870730-W 20090711/090710000528-98bf0dba0194eb4f0d645e246fd4bcd5 (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 |
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.