SOURCES SOUGHT
B -- This is a Sources Sought, all info will be used as Market Research of sources capable of providing environmental remediation svcs in support of Army Environmental Cmd. No quotes are requested, and no reimbursement of costs will be made.
- Notice Date
- 7/31/2014
- Notice Type
- Sources Sought
- NAICS
- 562910
— Remediation Services
- Contracting Office
- ACC-APG - Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- USAEC-WB-RFI
- Response Due
- 8/8/2014
- Archive Date
- 9/29/2014
- Point of Contact
- Shelby Saum, 410-306-2736
- E-Mail Address
-
ACC-APG - Aberdeen Division D
(shelby.a.saum.ctr@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT NOTICE to determine the availability, experience and capabilities of small businesses (including certified 8(a), Small Disadvantaged, and HUB Zone firms; veteran and service-disabled veteran-owned small businesses; and women-owned small businesses) to provide Environmental Remediation Services at Aberdeen Proving Ground, MD. This Sources Sought Notice (SS) / Request for Information (RFI) is for planning purposes, and is not to be considered an invitation for bid, request for quotation, or as an obligation on the part of the Government to acquire any products or services. No reimbursement will be made for any costs associated with providing information in response to this SS/RFI or any subsequent information request. Respondents will not be notified of the evaluation results of their submission. No contract award will be made on the basis of the responses received; however, the submitted information will be used in a Market Research Report assessment of sources capable of providing environmental remediation services in support of the US Army Environmental Command. Responses should not be dependent upon any further clarification from the Government. The NAICS Code for this effort is 562910 Environmental Remediation Services, with an associated Size Standard of 500 employees. This effort will require the ability to do the following: Develop a Project Management Plan Achieve Final Feasibility Study (FS) for the Western Boundary for AAWB02 and AAWB04 and perform a soil removal action in the Fire Training Area to eliminate the risk identified in Final Remedial Investigation and Draft FS for the Western Boundary Study Area (WBSA). Achieve Proposed Plan (PP) and Record of Decision (ROD) for Western Boundary Area for AAWB02 and AAWB04. Soil Removal at CCAPG04031 and UST site closure. The Contractor must be able to perform all the necessary environmental remediation work required to meet the contract requirements in a manner that is consistent with CERCLA, as amended by the Superfund Amendments and Reauthorization Act (SARA), the National Oil and Hazardous Substances Contingency Plan (NCP) and the CERCLA Section 120 FFA that was signed by the Army, and the United States Environmental Protection Agency (USEPA) Region III, which went into effect on 27th March 1990. The contractor will be responsible to coordinate and characterize all waste necessary to turn in waste to Department of Public Works (DPW) Hazardous Waste Program for disposal. Respondent Information Business Name: CAGE Code: Point of Contact: Size Status(es) under this RFI's identified size standard (SB, 8a, SDVOSB, etc): Questions: Responses which do not clearly and completely address the below series of questions will be considered as submitted for general informational purposes only, and not considered a demonstration of intent to submit a proposal to any eventual RFP. A lack of Small Business responses to this notice may be treated as evidence of disinterest/incapability of Small Businesses to submit a proposal to any eventual RFP. 1) If a different NAICS code appears more appropriate for this action, please provide the suggested code with an explanation as to why it is more appropriate. Note, your organization does not currently need to be registered under the NAICS to provide capabilities information in response to this RFI. 2) Please estimate the maximum percentage of the overall requirement which your organization could perform with in-house resources. Consider the language at FAR Clause 52.219-14(c) -- Limitations on Subcontracting in your response. 3) Upon any eventual release of a Request for Proposals, is your organization's intent to issue a proposal as Prime Contractor for this effort, or as a Subcontractor? 4) Please identify (title, contract number) and describe your role in any performance-based environmental remediation projects for Government customers.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/fdf878d8d956fa711a5e2f9195d08e78)
- Place of Performance
- Address: ACC-APG - Aberdeen Division D ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Zip Code: 21005-3013
- Record
- SN03445520-W 20140802/140801000055-fdf878d8d956fa711a5e2f9195d08e78 (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 |