Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 25, 2012 FBO #3745
SOURCES SOUGHT

C -- Superfund Construction Services - Example Tasks

Notice Date
2/23/2012
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region IV, 61 Forsyth Street, Atlanta, Georgia, 30303
 
ZIP Code
30303
 
Solicitation Number
PR-R4-12-00001
 
Point of Contact
Lynette Rocke, Phone: 4045628428, Michael E. Allen, Phone: (404) 562-8393
 
E-Mail Address
rocke.lynette@epa.gov, allen.michael@epa.gov
(rocke.lynette@epa.gov, allen.michael@epa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Example tasks contractor could expect to perform if contract is awarded. "THIS IS A SOURCES SOUGHT SYNOPSIS AND IS NOT A SOLICITATION ANNOUNCEMENT." Market Research and Sources Sought Notice for information on capability and availability of potential contractors interested in proposing on an Indefinite Delivery/Indefinite Quantity (ID/IQ) for construction services to support implementation of remedial response, time critical and non-time critical removal activities under the Comprehensive Environmental Response Compensation and Liability Act of 1980 (CERCLA), as amended by the Superfund Amendments and Reauthorization Act of 1986 (SARA); and the Robert T. Stafford Disaster Relief and Emergency Assistance Act pursuant to the Federal Response Plan (FRP) and other laws to help address and/or mitigate endangerment to the public health, welfare or environment, and to support States and communities in preparing for responses to releases of hazardous substances, as well as counter-terrorism. This Contract shall not provide the above services for activities on Federal facilities. Contract services include performance of on-site removal and remedial construction, site management of removal and remedial actions; construction management for implementing removal and remedial actions, including issuing and managing subcontracts for construction of the selected remedy and overseeing construction, and other technical assistance, including sampling and analysis support as well as long-term response actions. The EPA Region 4 includes the following states: Alabama, Florida, Georgia, Mississippi, Tennessee, South Carolina, North Carolina, and Kentucky. The combined area of these states is hereafter referred to as the Region. The contractor shall provide response services for implementing time critical and non-time critical removal actions, remedial actions, and long term remedial response actions to mitigate or eliminate any hazard or damage to the environment resulting from a release or threat of release of hazardous substances, oil and other contaminants or pollutants to the environment for the states that comprise the EPA Region 4. The contractor may be tasked to provide response services outside the Region through Regional "crossovers". If these services are needed from other EPA Regions, the required response time and other terms and conditions for the action shall be mutually agreed upon by the contractor's representative and the Contracting Officer at the time of issuance of a Task Order. The contractor shall provide all labor, materials and equipment necessary to perform the specific response services described in the individual Task Order Performance Work Statement (PWS). Individual Task Orders will reference this PWS and will include required tasks related to specific sites. All remedial actions and clean-up activities shall be conducted in accordance with the NCP, 40 CFR Part 300, and other guidance as applicable from the EPA Superfund Program. The Contractor shall be capable of preparing and submitting technical proposals, and reports to the government for review and approval. The Government shall make all final policy and regulatory decisions resulting from contractor-provided advice and assistance under this contract. Response activities shall support EPA's obligations under the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA), Oil Pollution Act (OPA), Stafford Act, Homeland Security Act of 2002, as well as any future laws or regulations promulgated pertaining to EPA's obligations. The contractor shall assure that responses are conducted in accordance with the technical direction outlined in the Task Order or as provided by OSCs or RPMs on Daily or Weekly Work Orders. SEE ATTACHED EXAMPLE TASKS The proposed contract shall not exceed five (5) years. Sources are being sought for firms with a North American Industry Classification System (NAICS) Code of 562910 with a Small Business Size Standard of 500. Responses are requested with the following information, which shall not exceed a total of eight pages. 1. Offerors' name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a) or Women Owned Small Business shall be indicated on first page of submission. 3. Financial Assurance Capabilities (construction bonding level per single contract and aggregate e.g.; construction bonding level, both expressed in dollars; along with current available bonding capacity. 4. Description of capability to perform the proposed synopsis, manage subcontractors, prepare and comply with various environmental document and permits, and capacity to execute this project with other ongoing contracts. 5. Description of capability to perform the proposed synopsis, manage subcontractors, prepare and comply with various environmental documents and permits, and capacity to execute this project with other ongoing contracts. 6. Past performance/experience on projects of similar scope and magnitude, describing no more than five (5) projects that are at least 75% complete within the past five years. The past performance information should include project title, location, general description to demonstrate relevance to the proposed synopsis, the Offerors' role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). Responses should be submitted via e-mail to Lynette Rocke, Contract Specialist at rocke.lynette@epa.gov. You may also mail submittals or send overnight courier to US Environmental Protection Agency, 61 Forsyth Street, Atlanta, GA 30303. ATTN: Acquisition Management Section. Submittals are due no later than March 16, 2012, 4:30 Eastern Standard time. Submittals will not be returned. Telephone responses will not be honored. This is not a Request for Proposal, only a Request for Information. No award will result from this Sources Sought. This notice does not constitute any commitment by the Government. Teaming arrangements are acceptable. Past performance experience should be clearly identified for all partners.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/RegIV/PR-R4-12-00001/listing.html)
 
Place of Performance
Address: US Environmental Protection Agency, 61 Forsyth Street, Atlanta, Georgia, 30303, United States
Zip Code: 30303
 
Record
SN02681523-W 20120225/120223234855-297e15c19c3cde8b696027bddd6bef82 (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.