Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 31, 2014 FBO #4451
MODIFICATION

99 -- United States Environmental Remediation Services (USERS) and International Remediation and Environmental Services (IRES), formerly Worldwide Environmental Remediation Services (WERS) II

Notice Date
1/29/2014
 
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
2/12/2014
 
Archive Date
3/30/2014
 
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 AMENDMENT: United States Environmental Remediation Services (USERS) Amendment to Sources Sought dated 14 March 2013, titled quote mark 99--Worldwide Environmental Remediation Services (WERS) II quote mark and International Remediation and Environmental Services (IRES) Amendment to Sources Sought dated 14 March 2013, titled quote mark 99--Worldwide Environmental Remediation Services (WERS) II quote mark This is an Amendment to the original SOURCES SOUGHT announcement, dated 14 March 2013. The purpose of this amendment is to separate the original requirement into two separate solicitations, one for United States requirements and the other for International work. 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 TWO Multiple Award Task Order Contracts (MATOCs) 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 fiscal year 2015 with a with a three year base award and one two-year option period, for a total ordering period not to exceed five years. Contracts will be broken down as follows: a. United States Environmental Remediation Services (USERS) will require the contractor(s) to have the capability to respond to multiple task order requests for work at diverse locations throughout the Contiguous United States (CONUS), Alaska, Hawaii, outlying areas as defined by FAR 2.101, Kwajalein Island, Meck Island, Bikini Atoll, and Palau. The proposed total capacity for this MATOC is $400M over five years. b. International Remediation and Environmental Services (IRES) will require the contractor(s) to have the capability to respond to multiple task order requests for work at diverse locations outside the United States and outlying areas as defined by FAR 2.101, at international locations to include but not limited to South Korea, Lebanon, Iraq, Afghanistan, and Poland. The proposed total capacity for this MATOC is $500M over five years. Two independent solicitations will be announced for the aforementioned MATOCs: One for USERS and one for IRES. The contracts addressed by this notice will provide services within the United States (Contiguous United States (CONUS), Alaska, Hawaii, outlying areas as defined by FAR 2.101, Territorial waters, Kwajalein Island, Meck Island, Bikini Atoll, and Palau) and Internationally (locations outside the United States and outlaying areas as defined by FAR 2.101 primarily at international locations to include but not limited to South Korea, Lebanon, Iraq, Afghanistan, and Poland.), independent of one another. During the contract period, Contractors awarded a contract will compete for task orders. The programmatic value of all task orders awarded under the USERS ID/IQ contracts is $400M and the programmatic value of all task orders awarded under the IRES ID/IQ contracts is $500M. 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: a. The objective of the USERS MATOC is for Contractors to have the capability to respond to multiple task order requests for work at diverse locations throughout the Contiguous United States (CONUS), Alaska, Hawaii, Outlying areas as defined by FAR 2.101, Territorial waters, Kwajalein Island, Meck Island, Bikini Atoll, and Palau. The new MATOC will provide services to safely locate, identify, recover, evaluate, manage and make final disposition of Munitions and Explosives of Concern (MEC), Munitions Constituents (MC), Chemical Warfare Materiel (CWM), Biological Waste and Biological Warfare Materiel (BWM) and Hazardous, Toxic and Radiological Waste (HTRW); DOD Conventional Munitions Demilitarization; implement Environmental Compliance measures; reduce DOD Conventional Munitions Stockpile and other munitions related support services, at various currently and formerly used defense sites, property adjoining currently and formerly used defense sites, other federally controlled/owned sites, as well as other sites where the Corps of Engineers is tasked. Work performed under this contract may include project planning; assessments; inspections; surveys; investigations; studies, engineering evaluations; cost analyses; remedial or removal actions; spill response, recovery, storage, transportation and disposal of MEC, MC, CWM, HTRW, medical waste and/or contaminated media, biological waste and biological warfare materiel (BWM); monitoring; data management; training; permitting; public involvement; and logistical; medical; transportation and disposal, and security, logistics, and life support. In addition, for OMRS the work may also include anomaly avoidance, construction support, range clearance, training, non- DoD ammunition depot management, munitions disposal; and EOD backstop services. b. The objective of the IRES MATOC is for Contractors to have the capability to respond to multiple task order requests for work at diverse locations outside the United States and outlaying areas as defined by FAR 2.101 at international locations to include but not limited to South Korea, Lebanon, Iraq, Afghanistan, and Poland. The new MATOC will provide services to safely locate, identify, recover, evaluate, manage and make final disposition of Munitions and Explosives of Concern (MEC), Munitions Constituents (MC), Chemical Warfare Materiel (CWM), Biological Waste and Biological Warfare Materiel (BWM) and Hazardous, Toxic and Radiological Waste (HTRW); implement Environmental Compliance measures; and other munitions related support services, reduce DOD Conventional Munitions Stockpile other federally controlled/owned sites, as well as other sites where the Corps of Engineers is tasked to include 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, recovery, storage, transportation and disposal of MEC, MC, CWM, HTRW, medical waste and/or contaminated media, biological waste and biological warfare materiel (BWM); monitoring; data management; training; permitting; public involvement; and logistical; medical; transportation and disposal, and security, logistics, and life support. In addition, for OMRS the work may also include anomaly avoidance, construction support, range clearance, munitions demilitarization, training, non-DoD ammunition depot management, munitions disposal, post-battlefield munitions clearance, mine clearance operations, Improvised Explosive Device (IED) clearance in non-combat situations, disablement and cleanup of unconventional explosive devices; and EOD backstop services. 3. SUBMISSION REQUIREMENTS: Firms who have submitted capability questionnaires under the previous posting for this acquisition (titled quote mark 99--Worldwide Environmental Remediation Services (WERS) II quote mark and dated 14 March 2013) should not resubmit unless there have been changes to the firm's information as submitted. Interested firms should submit a document describing relevant demonstrated experience and qualifications via email to Jywanya.Dillinger@usace.army.mil and Shirley.A.Martin@usace.army.mil no later than Wednesday, February 12, 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 CAPABILITIES 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 0 8(a) small business, 0 service-disabled veteran-owned small business, 0 HUBZone small business, 0 Small Disadvantaged Business, 0 Woman Owned, 0 Minority, 0 Native American, 0 Small Business SECTION 2: CONTRACTOR ARRANGEMENT 1.Our firm will be proposing on this project as a: 0 Sole Contractor 0Prime Contractor (if small business) performing at least 50% of the work with subcontractor(s), 0 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 0 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: 0 Throughout Continental United States (CONUS) Alaska, Hawaii, outlying areas as defined by FAR 2.101, Kwajalein Island, Meck Island, Bikini Atoll, and Palau. 3.a Our firm is capable of performing/delivering 01 order, 02-5 orders, 06-10 orders, 011-15 orders, 016-20 orders, 0 21-30 orders, or 030+ orders simultaneously. 0 Outside the United States and outlying areas as defined by FAR 2.101 at international locations to include but not limited to South Korea, Lebanon, Iraq, Afghanistan, and Poland. 3.b. Our firm is capable of performing/delivering 01 order, 02-5 orders, 06-10 orders, 011-15 orders, 016-20 orders, 0 21-30 orders, or 030+ orders simultaneously. 4.Our firm 0does / 0does 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: 5.a. Throughout Continental United States (CONUS) Alaska, Hawaii, outlying areas as defined by FAR 2.101, Kwajalein Island, Meck Island, Bikini Atoll, and Palau. Check All That ApplyService 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 5.b. Outside the United States and outlying areas as defined by FAR 2.101 at international locations to include but not limited to South Korea, Lebanon, Iraq, Afghanistan, and Poland. Check All That ApplyService 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 0 does/ 0 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 0 is/0 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 0 will/ 0 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
SN03277004-W 20140131/140129234516-81c88524d3b178db918d603a592e5fef (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.