Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2010 FBO #3113
SOURCES SOUGHT

C -- PROFESSIONAL REMEDIATION SERVICES TO ASSESS AND DESIGN AND IMPLEMENT SOIL ANDGROUNDWATER CLEANUPS

Notice Date
6/1/2010
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK10ZCS003L
 
Response Due
7/1/2010
 
Archive Date
6/1/2011
 
Point of Contact
Nancy A Potts, Contracting Officer, Phone 321-867-4646, Fax 321-867-4848, Email nancy.a.potts@nasa.gov
 
E-Mail Address
Nancy A Potts
(nancy.a.potts@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTIONThe National Aeronautics and Space Administration (NASA) at the John F. Kennedy SpaceCenter (KSC) is soliciting information about potential sources for ProfessionalRemediation Services to assess, design, and implement soil and/or groundwater cleanups atvarious locations at Kennedy Space Center and Cape Canaveral Air Force Station, Florida32899. Vendors having the capabilities necessary to meet or exceed the statedrequirements are invited to submit capability packages, appropriate documentation andreferences. This Sources Sought is a market research tool only and will be used to determinepotential and eligible small business firms capable of providing these services prior todetermining the method of acquisition and issuance of a Request for Proposal (RFP). Therefore, all interested parties are encouraged to respond. The North American IndustryClassification System (NAICS) Code is 562910, Remediation Services, which has a SmallBusiness Size Standard of $14.0 million.For informational purposes, the estimated extent of service required would be a minimumnumber of 3 Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts each with anestimated value of $225,000,000 over a five year ordering period. It is estimated thatindividual task orders will range from $10,000 to $15,000,000 and may include multiple,large site investigations and or cleanups with concurrent performance schedules.SCOPE OF WORK In support of the NASA/KSC Environmental Assurance Branch the firm shall provide thenecessary resources to develop and implement contamination assessment and remediationrequirements for Resource Conservation and Recovery Act (RCRA) sites and petroleumcontamination for NASA on KSC and CCAFS. KSC and CCAFS are regulated under the ResourceConservation Recovery Act (RCRA) Permit which includes Hazardous and Solid WasteAmendments (HSWA) corrective action requirements. As such, HSWA corrective actionsrequirements are managed under a compliance schedule known as a Corrective ActionManagement Plan (CAMP). The CAMP contains regulatory compliance dates that includestipulated penalties for failure to meet required dates for submittal of RCRA correctiveaction documents. Regulatory documents include SWMU Assessment Reports, ConfirmatorySampling Work Plans, Confirmatory Sampling Reports, RCRA Facility Investigation WorkPlans, RCRA Facility Investigations, Corrective Measures Study Work Plans, CorrectiveMeasures Studies, Statements of Basis, Corrective Measures Designs, Corrective MeasuresImplementation Reports, Interim Measure Work Plans, and Interim Measure Reports. Thesetasks will require working with the NASA/KSC Environmental Assurance Branch, other NASAcontractor organizations, the Florida Department of Environmental Protection (FDEP), andU.S. Environmental Protection Agency (USEPA).REQUIREMENTS The firm will be required to perform tasks which primarily include the preparation andimplementation of Solid Waste Management Unit Assessments, Confirmation Sampling WorkPlans, Confirmation Sampling Investigations and Reports, RCRA Facility Investigations(RFI) with RFI Work Plans and RFI Reports (including human health and ecological riskassessments), Corrective Measures Work Plans and Studies, and Statements of Basis. Thefirm will be required to accomplish each RFI in accordance with applicable U.S.Environmental Protection Agency (EPA) and Florida Department of Environmental Protection(FDEP) RCRA and TSCA directives. The firm shall also prepare Interim or Interim MeasureCorrective Measure Work Plans, Corrective Measure Implementation Reports for requiredsoil and/or groundwater cleanup and perform groundwater monitoring and operations andmaintenance of installed groundwater cleanup systems. RCRA Interim Measures and/orCorrective Measures Implementation may be included in these task orders. The firm shallalso develop and implement petroleum contamination investigations in accordance withChapter 62-770, Florida Administrative Code (FAC). The firm shall be able to supportproject tasks that begin with investigations and conclude with the submittal and approvalby the FDEP of a Site Assessment Report and/or Remedial Action Plan that determines sitedisposition. Similarly, some petroleum contaminated site cleanups may be included intask orders. The firm shall support the agency review and approval process and provideengineering support during the public review and comment periods for RCRA permitmodifications.The firm shall provide final submittals to the Government and shall besigned and sealed by Florida registered professional engineers or geologists. During thepast fiscal year over sixty-five (65) of these corrective action documents were submittedto the Florida Department of Environmental Protection for regulatory approval includingconcurrent submittals of Corrective Measures Studies for two large complex sites. The contractor must have specialized experience and technical competence in thedevelopment and implementation of contamination assessment and remediation requirementsfor RCRA Sites and petroleum contamination, with specific experience at FederalFacilities in Florida.The firm shall have extensive experience in the investigation,remedial design, and the potential cleanup of large complex dense non-aqueous phaseliquid (DNAPL) and chlorinated solvent contaminated sites. The professional servicesordered require multi-disciplined engineering skills requiring selected firms to bestaffed, at a minimum, with engineers demonstrating experience in each of the followingdisciplines: civil engineering, chemical engineering, environmental engineering, andgeotechnical 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, database software, etc. The firm must use at least one analytical laboratory that has a state of Florida-approvedQuality Assurance Project Plan and all drillers shall be licensed in the state ofFlorida. Location of the firms essential staff for this effort shall be within 150 milesof KSC and CCAFS (or a commitment to locate within 150 miles) and knowledge of the KSCand CCAFS locality. NASAs requirements require firms capable of performing multiple,large site investigations with demanding schedules at the same time. SPECIFIC INFORMATION SOLICITED It is requested that interested firms having the capabilities necessary to meet or exceedall aspects of the effort described herein, submit to the contracting office acapabilities statement package demonstrating ability to perform the services listedabove.The capability statement and its cover letter must be submitted electronicallyto: nancy.a.potts@nasa.gov. The subject line for email submission should beEnvironmental Capability Statement. Responses must be received by July 1, 2010 notlater than 2:00pm Eastern Time. The submission shall be prepared in either PDF orMicrosoft Office. NASA/KSC may not evaluate offeror submissions that do not comply withthe submission instructions. NASA/KSC will evaluate all offeror submissions that complywith submission instructions using the following criteria: breadth, depth and relevancyof experience as it relates to the work described above. The capability statement package shall be no more than 5 pages in length, single spaced,and have minimum 12 point font. The cover letter provided with your 5 page submissionshall include the following information: Company Name and Address; Company Business Sizeand Business Size Status (i.e. large, small, small disadvantaged, women-owned small,HUBZone small, 8(a), etc.), Point-of-Contact name, phone number, fax number, emailaddress, and DUNS number. The capability statement package shall address, as a minimum, the following: (1)Prior/current specific experience with DNAPL and complex chlorinated solventsites at Federal installations in Florida in preparing reports/investigations, and/orpotential remedial actions in accordance with U.S., EPA, and FDEP RCRA, and TSCAdirectives, including magnitude, scope, and complexity within the last three years,Experience listed shall include contract number, organization supported, indication ofwhether prime or subcontractor, contract value, Government point of contact with currenttelephone number, a brief description of how the contract referenced relates to theservices described herein.(2)Company profile including a staffing plan, annual revenue history, officelocation(s), demonstration of financial stability, ability to retain existing staff andhire/acquire qualified personnel, and ability to provide continuity of operations at thebeginning and the end of a contract. If a small business firm, an assurance it will beable to perform 50% of the work.(3)Resources available such as corporate management and currently employed personnelto be assigned to tasks under this effort to include professional qualifications andspecified relevant work experience of such personnel. RESPONSE INSTRUCTIONS The requested responses are for information and planning purposes only. NASA does notintend to post information or questions received to any website or public accesslocation. NASA does not plan to respond to the individual responses. Responses shallreference NNK10ZCS003L. Responses shall be submitted electronically to the ContractingOfficer listed below: NASA John F. Kennedy Space Center ATTN: Nancy A. Potts at nancy.a.potts@nasa.govResponses shall be received by July 1, 2010 not later than 2:00pm Eastern Time.DISCLAIMER This information is for planning purposes only. It does not constitute a Request forProposal, Invitation for Bid, or Request for Quotation, and it is not to be construed asa commitment by the Government to enter into a contract. Moreover, the Government willnot pay for the information submitted in response to this Notice, nor will the Governmentreimburse an Offeror for costs incurred to prepare responses to this Notice. The Government reserves the right to consider a small business, 8 (a) or any otherset-aside arrangement as deemed appropriate for this procurement. No solicitation exists at this time; therefore, do not request a copy of thesolicitation. If a solicitation is released it will be synopsized in the FedBizOpps andon the NASA Acquisition Internet Services (NAIS). It is the potential offerorsresponsibility to monitor these sites for the release of any solicitation or synopsis. Failure to respond to this Sources Sought Notice does not exclude any interested partyfrom future consideration for proposals which may be announced or solicited by NASA. END OF SOURCES SOUGHT NOTICE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK10ZCS003L/listing.html)
 
Record
SN02165026-W 20100603/100601234553-49e0638a941b3fd799324988052e06d8 (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.