Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 20, 2014 FBO #4652
SOLICITATION NOTICE

M -- Alaska Environmental assessment, remediation, and emergency response services - PWS

Notice Date
8/18/2014
 
Notice Type
Presolicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Energy, 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060-6222, United States
 
ZIP Code
22060-6222
 
Solicitation Number
SP0600-14-R-5431
 
Point of Contact
Susan Viktoria Metzger, Phone: 7037679326
 
E-Mail Address
viki.metzger@dla.mil
(viki.metzger@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
General Performance Work Statement This is a Sources Sought N o tice only. This notice is seeking small businesses capable and interested in performing the environmental assessment, remediation, and emergency res p onse services at three D e fense Logistics Agency Energy (DLA E nergy) Defense Fuel Supply Point (DFSP) locations: Indian (Indian, AK), Eielson (Eielson, AK) and Whittier (Whittier, AK). This sources sought is issued solely for informational, planning purpo s es, and market research in accordance with FAR Part 10, and shall not be construed as a solicitation or obligation on part of DLA E nergy. DLA Energy is not seeking proposals at this time and will n o t accept unsolicited proposals. For your information, a general Performance Work Statement (PWS) for DLA Energy environmental res p onse services is attached. Please keep in mind that this gives a general description of the s c ope of work that could be required and does not define the final requirement. These requirements are being considered for set-aside under a small business set-aside program. The North American Industry Classification Sys t em (NAICS) code is 5416 2 0 and the s m all business size standard is $15.0 m i llion. A F i rm Fixed Pr i ce (FF P ) performance ba s ed contract w i th cost reimbursable line items will b e used for this requirement. The solicitation for the locations will be issued via one solicitation, broken out as indicated a b ove. Three individual contract awards (one per location) are anticipated to be made as a result of these requirements. Period of performance for all locations will be five-year multiple year contracts, beginning on or about March 1, 2015. C o ntracts awarded are subject to FAR 52.222-41, The Service Contract Act of 1965. All interested and qualified sources shou l d notify this office by electronic mail. Responses to this announcement shall determine if sufficient competition exists to set aside part or all of this procurement for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), H U BZone Businesses, 8(a) Businesses, or Small Businesses. Only one response per company is required. Responses shall be submitted electronic a lly to Ms. Viki Metzger at Viki.Metzger@dla.mil not later than September 17 2014 at 3:00 p.m. Easte r n Daylight Time. Any information provided is voluntary. Telephone calls will not be accepted. Responses are limited to n ot more than 10 pages. Interested companies should provide the following information: 1. A company profile to include number of emplo y ees, annual revenue history (last 3 years), office location (s), DUNS/CAGE Code number, and a state m ent regar d i ng current business status. 2. Description of the company's capability t o provide qualified and experienced personnel. 3. Which of the locations(s) listed in the first paragraph is the company interested in. 4. Any type of teaming arrangement anticipated for this requirement? If yes, please address what kind of arrangement and what percentage of work, and type(s) of service you would perform. 5. Past Performance. Does the company have past performance as a p r ime contractor or subcontractor on a service contract for similar environmental assessment, remediation, and emergency response? If s o, please provide the following information: Contract number, Name of Government Agency or Commercial Entity, Peri o d of Performance, Dollar Value, Type of Contract (Fixed Price, Cost Reimburseme n t, etc.), and an explanation of the services provided which relate to environmental assessment, r e mediation, and emergency response. If the company acted as a subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage. Address any past performance problems, and resolutions taken. 5. Does the company have the financial capability and finan c ial st a bilit y, and/or ad e quate l i nes of credit to sustain and support a five-year multiyear contract at one or more loc a tions, in the event there are difficulties with invoice payments? Does it have an approved accounting system in place to adequately track expe n ditures? Please ela b orate. The Government will use this information, in a d dition to other information obtained, to determine its small business set-aside decision. Be advised the Gove r nment will not pay for any informat i on or administrative costs incurred in response to this sources so u ght notice. All costs associated with this sources sought will be sol e ly at the expense of the respondents. Additionally, all submiss i ons become Government property and will not be returned. No basis for a claim against the Government shall arise as a result from a response to this sources sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SP0600-14-R-5431/listing.html)
 
Record
SN03469498-W 20140820/140818235934-c80fa5b3f1c40a4574a52275a1f556bd (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.