MODIFICATION
B -- Sources Sought for Multiple Award Task Order Contract (MATOC) for Environmental Services, Various Locations, Japan
- Notice Date
- 1/20/2014
- Notice Type
- Modification/Amendment
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- USACE District, Japan, Attn: CECT-POJ Unit 45010, APO, AP 96338-5010
- ZIP Code
- 96338-5010
- Solicitation Number
- W912HV-13-R-0007
- Response Due
- 2/7/2014
- Archive Date
- 3/21/2014
- Point of Contact
- Colin Waki, 046-407-3884
- E-Mail Address
-
USACE District, Japan
(colin.k.waki@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a revised market survey, for information only, to be used for preliminary planning purposes. This is not a solicitation for proposals. The Government will not pay for any information provided as a result of this market survey. The U.S. Army Engineer District - Japan is planning to solicit a Multiple Award Task Order Contract (MATOC) for environmental services to provide quality environmental services for various Department of Defense (DoD) components of the United States Forces Japan (USFJ) in Japan. Consistent with the Status of Forces Agreement between the United States and Japan, only local sources will be considered under this solicitation. Local sources are entities or organizations, for example, corporations or partnerships, that are physically located in Japan and authorized (i.e., licensed, registered, etc.) to perform in Japan, the type of work specified in this request for information. A MATOC is a type of Indefinite Delivery, Indefinite Quantity (IDIQ) contract. Actual projects are awarded through issuance of task orders. The multiple awardees get fair opportunity for task order awards, which mean MATOC contractors generally compete with each other for task orders. There are some exceptions to this rule, whereby competition may be reduced or task orders may be issued non-competitively to one contract holder. The Government anticipates award of two (2) or more contracts under the MATOC to experienced sources capable of performing a wide range of environmental service projects. The MATOC will consist of a one-year base period and four (4) one-year option periods. The total maximum amount the Government will order under all three contracts combined is the not-to-exceed amount of $9,000,000 (yen equivalent). The guaranteed minimum for the base and option years is $5,000 (yen equivalent). The minimum task order amount is $5,000 (yen equivalent). Although the requirements and environmental services awarded vary from year-to-year, specific types of work executed can be categorized within the five types of environmental services listed below. Examples are provided for each environmental service type contract awarded. This data is historical data provided only for information and does not represent an estimate of specific work requirements anticipated for the life of the MATOC contract. By its nature, an IDIQ contract such as the MATOC, indicates that actual required delivery dates and quantities are unknown. a.Environmental surveys sampling, testing, monitoring, and analyses. Project examples: air emission source testing for boilers and generators, petroleum oil lubricant tank integrity testing. b.Environmental impact analysis documentation Project example: Environmental Reviews in accordance with Executive Order 12114. c.Scientific and technical investigations and studies Project examples: biological survey (flora/fauna); cultural resource survey, and archaeological testing. d.Planning studies and management plans Project examples: Integrated Natural and Cultural Resource Management Plans. e.Remedial actions, mitigation, and environmental-related site improvements Project examples: asbestos survey, and erosion stabilization. f.Geographical Information System (GIS) services. Project examples: Mapping of natural and cultural resources, topographic surveys and global positioning system (GPS) feature location. The Government will provide the Contractor a statement of work or performance work statement with each task order under the MATOC. The contractor will be required to comply with the Japanese Environmental Governing Standards; Japanese national or local environmental laws and regulations; United States (U.S.) environmental laws and regulations and/or DoD policy and instructions and all other requirements of the contract and task orders. Task order award will generally be based on any one, or combination of 1) price, 2) schedule, 3) technical approach, experience, and qualifications, and 4) past performance. The criteria will be specified in the contract and request for proposals for task orders. All interested contractors are requested to furnish responses and comments on the topics listed in the attached Comment Form. If you do not have any comment on a particular topic, please indicate quote mark no comment quote mark in the space provided. Thank you for participating in this market survey. Please send your completed Comment Form via e-mail to colin.k.waki@usace.army.mil or fax to 046-253-3884, Attention to: Colin Waki no later than February 7, 2014. Contracting Office Address: USACE District, Japan, Attn: CECT-POJ Unit 45010, APO, AP 96338-5010 Place of Performance: Kanagawa, Japan Point of Contact(s): Colin Waki, 046-407-3884, colin.k.waki@usace.army.mil Attachments: A - Comment Form Company Name: Name/Title of person completing this form: Telephone No.: Fax No.: E-mail Address: 1. After your review of the information provided in the Request for Information letter dated January 24, 2014, please furnish your responses and comments on the following topics: a. Based on the maximum not-to-exceed contract amount, would your firm be interested in the solicitation? If no, why not? b. Does your firm have the ability to work in many of the diverse, multiple regions covered by the proposed solicitation? If yes, please explain. c. Other comments: 2. Please answer the following questions: a. Does your firm have experience and technical competency with U.S. environmental laws and the JEGS? If no, would you subcontract or otherwise team with a firm that has this experience and technical competency? b. Does your firm have experience working with U.S. sampling protocols, EPA analytical methods, and accredited U.S. laboratories? If no, would you subcontract or otherwise team with a firm with that experience? c. Does your firm have staff proficient in both spoken and written English, including technical engineering and scientific language? d. Does your firm have experience with the development of Accident Prevention Plans in accordance with the requirements of U.S. Army Corps of Engineers Safety and Health Manual, EM 385-1-1? If no, would you subcontract or otherwise team with a firm with that experience? e. What type of environmental services can your company provide to include those provided by your team member, such as a subcontractor? (check all that apply) ___ Air Emissions Testing ___ Drinking Water Monitoring ___ Waste Water Monitoring ___ Hazardous Materials Management ___ Hazardous Waste Management ___ Solid Waste Management ___ Pesticide Management ___ Historic/Cultural Resource Management ___ Natural Resource Management ___ Polychlorinated Biphenyls Management ___ Asbestos Testing & Abatement ___ Lead-Based Paint Testing & Abatement ___ Spill Prevention & Response Planning ___ Petroleum, Oil & Lubricants Control & Abatement ___ Underground Storage Tanks ___ Environmental Reviews in accordance with Executive Order 12114 f. Describe your experience and/or that of your team member in performing environmental work on U.S. military installations? Please describe the type of environmental services (see 2.e. above for examples). You may, but are not required to include the following type of information in your description: (1) title of project and location, (2) contract number, (3) award amount, and (4) period of performance (start and completion dates). g. Is your interest in the proposed solicitation based on your goal to be a Prime Contractor, Sub-contractor, or Joint Venture Partner? Please send the completed Comment Form via e-mail to colin.k.waki@usace.army.mil, Attention to: Colin Waki no later than February 7, 2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA79/W912HV-13-R-0007/listing.html)
- Place of Performance
- Address: USACE District, Japan Attn: CECT-POJ Unit 45010, APO AP
- Zip Code: 96338-5010
- Record
- SN03270765-W 20140122/140120233145-5f3ed340282cd24794f9620e02223ad9 (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 |