Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2013 FBO #4130
MODIFICATION

99 -- Worldwide Environmental Remediation Services (WERS) II

Notice Date
3/14/2013
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-13-R-0028
 
Response Due
4/15/2013
 
Archive Date
5/13/2013
 
Point of Contact
Jywanya Dillinger, 256-895-1151
 
E-Mail Address
USACE HNC, Huntsville
(jywanya.dillinger@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought: Worldwide Environmental Remediation Services This is a SOURCES SOUGHT announcement. The Government is seeking to identify qualified large and small business sources under 2013 North American Industry Classification System (NAICS) 562910 (Remediation Services). The small business size standard is 500 employees. This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. For market research purposes only, we invite responses from large and small businesses. 1. CONTRACT INFORMATION: The Huntsville Engineering and Support Center, U.S. Army Corps of Engineers (CEHNC) will select Environmental Remediation firms for a Multiple Award Task Order Contract (MATOC) for Environmental Compliance and Remediation Services to protect human health and the environment from risks associated with BWM, HTRW, MC, and other adverse environmental conditions, and MMRP/OMRS services to protect human health and the environment from hazards associated with military munitions. The contracts are anticipated to be awarded in 2014 with a one-year base period and four one-year option periods, for a total ordering period not to exceed five years. The contracts addressed by this notice will provide services CONUS and OCONUS. During this period, Contractors awarded a contract will compete for task orders. The programmatic value of all task orders awarded under all of the ID/IQ contracts is $850M. Interested sources should respond to the questions presented within this announcement in order to facilitate the Government's market research efforts. The Government does not intend to rank submittals or provide any reply to interested firms. 2. PROJECT INFORMATION: The objective of this MATOC is for Contractors to perform Military Munitions Response Program (MMRP) responses involving conventional munitions, Chemical Warfare Materiel (CWM), Biological Waste and Biological Warfare Materiel (BWM); Environmental Compliance and Remediation Services (ECRS); and Other Munitions-Related Services (OMRS), as necessary to permit lands and waters to be safely and efficiently used for their intended purpose. This work may occur at sites located in the lands and waters of Continental United States (CONUS) and Outside Continental United States (OCONUS), including International Operations (IOP) supporting US Army missions in Afghanistan and other OCONUS locations. The services provided under this contract will be used in support of various Department of Defense Commands and Installations, other federal agencies, or foreign governments/agencies, where sponsored by an appropriate U.S. Government agency. Work efforts may consist of robotic technology where feasible and practical. The Contractor shall safely locate, identify, recover, evaluate, assess, package, transport, manage and make final disposition of Munitions and Explosives of Concern (MEC), Munitions Constituents (MC), Biological waste and materiel, and Hazardous, Toxic and Radiological Waste (HTRW) at various currently and formerly used defense sites, property adjoining currently and formerly used defense sites, other federally controlled/owned sites, as well as sites in foreign jurisdictions. Work performed under this contract may include project planning; assessments; inspections; surveys; investigations; studies, engineering evaluations; cost analyses; remedial or removal actions; spill response, sampling and analysis, engineering containment and filtration, recovery, storage, transportation, and disposal of MEC, MC, HTRW, BWM, ; monitoring; data management; training; permitting; public involvement; and logistical; medical; and security support. In addition, for OMRS the work may also include anomaly avoidance, construction support, range clearance, non-DoD ammunition depot management, post-battlefield munitions clearance, demining operations, booby trap clearance in non-combat situations, and disablement and cleanup of unconventional explosive devices. Specific performance-based requirements will be addressed in each task order and may include the provision of a subset of these services. 3. SUBMISSION REQUIREMENTS: Interested firms should submit a document describing relevant demonstrated experience and qualifications via email Jywanya.Dillinger@usace.army.mil and Shirley.A.Martin@usace.army.mil no later than Monday, April 15, 1200 Central Time. The submissions should be Times New Roman, font size 12 and should not exceed 10 one-sided, 8 quote mark X 11 quote mark pages. The submission will address all questions in the Capabilities Questionnaire and your ability to perform the services stated in the Project Information section of this sources sought. No hard copy of facsimile submissions will be accepted. Cover letters and extraneous materials (brochures, etc) will not be considered. Questions concerning submissions should be directed to Ms. Jywanya Dillinger, Contract Specialist at Jywanya.Dillinger@usace.army.mil. Personal visits for the purpose of discussing this announcement will not be scheduled. Emails or phone calls requesting personal visits will not receive a reply. SOURCES SOUGHT QUESTIONNAIRE SECTION 1: GENERAL 1. Business Name: (Insert Business Name) 2. Business Address: (Insert Business Address) 3. Cage Code: 4. NAICS Code(s) (list all NAICS codes your firm is registered under) : 5. Responsible Point of Contact: 6. Check All That Apply: Our firm is a 8(a) small business, service-disabled veteran-owned small business, HUBZone small business, Small Disadvantaged Business, Woman Owned, Minority, Native American, Small Business SECTION 2: CONTRACTOR ARRANGEMENT 1. Our firm will be proposing on this project as a: Sole Contractor Prime Contractor (if small business) performing at least 50% of the work with subcontractor(s), Prime contractor (if small business) performing at least 50% of the work with the following team member subcontractor(s) (Insert business name, business size, cage code, and work which will be subcontracted), or Joint venture with (Insert business name, business size, and cage code). (See FAR subpart 9.6 for Government policy on teaming arrangements, as well as 8(a)Program regulations described in 13 CFR 124.513, HUBZone Program regulations described in 13 CFR 126.616, and Service-Disabled Veteran-Owned Program regulations described in FAR 19.1403(c) and 13 CFR 125.15(b).) SECTION 3: CAPABILITY 1. If awarded a Military Munitions Response (MMRP); Hazardous, Toxic, and Radiological Waste (HTRW); Biological Waste and Biological Warfare Materiel (BWM) contract, the maximum capacity our firm can adequately perform for any single task/delivery order is $ 2. If awarded a MMRP, HTRW, and BWM contract, the maximum aggregate contract capacity our firm can adequately perform is $ 3. Our firm is capable and interested in performing work in the following locations: Throughout Continental United States (CONUS) 3.a Our firm is capable of performing/delivering 1 order, 2-5 orders, 6-10 orders, 11-15 orders, 16-20 orders, 21-30 orders, or 30+ orders simultaneously. Worldwide (including all areas) 3.b. Our firm is capable of performing/delivering 1 order, 2-5 orders, 6-10 orders, 11-15 orders, 16-20 orders, 21-30 orders, or 30+ orders simultaneously. 4. Our firm does / does not have the necessary documents/permits/certifications required to perform work at the locations we identified as capable and interested in performing work above. 5. Our firm is capable of providing the following MMRP, HTRW, and BWM services: Check All That Apply All of the below services (skip to question 7) Air monitoring Chemical Warfare Materiel Biological Waste Biological Warfare Materiel Blast effects engineering analysis Case studies and associated reports Construction support Educational training and other institutional controls Environmental Documentation (EA and EIS) Environmental Master Planning Environmental Management Systems (EMS) Environmental Quality and Compliance Planning Engineering evaluations Engineering support and/or design Engineering management Feasibility studies Geographical Information Systems (GIS). Geophysical mapping and data management Government property management and control Long term management Monitoring (short and long term) Operations and Maintenance (short and long term) Permitting Remedial investigations Remedial or removal actions Restoration and advisory board or public meeting support Sampling and analysis Site investigations or inspections Site security Ammunition depot operations and management Booby trap clearances Demining operations Disablement of unconventional warfare explosive devices Post-Battlefield munitions clearance Range and debris clearance Logistical, medical and security support Incidental Architectural/Engineering services 6. Our firm does/ does not have the capability, qualifications, and experience to perform overseas operations to include the above as well as logistical support, medical support, and security operations for personnel, materials and equipment in dangerous areas or war-zones. 7. If awarded a MMRP, HTRW, and BWM contract, our firm is/ is not capable to perform at least 50% of the cost of the services. 8. If awarded a MMRP, HTRW, and BWM contract, at least 50% of the cost of personnel for contract performance will/ will not be spent for employees of our firm. 9. Our firm is performing, or has successfully performed ordnance clearance and/or environmental remediation and associated services for the following military commands/facilities/projects:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-13-R-0028/listing.html)
 
Place of Performance
Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
 
Record
SN03011731-W 20130316/130314234653-8b696a9691fa31d546d1a3864a6d0b81 (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.