SOURCES SOUGHT
F -- Sources Sought Notice for the US Army Corps of Engineers, Seattle District - Environmental Quality (EQ) Program Services at Joint Base Lewis-McChord (JBLM) and the Yakima Training Center (YTC) in Washington State.
- Notice Date
- 9/5/2014
- Notice Type
- Sources Sought
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
- ZIP Code
- 98124-3755
- Solicitation Number
- W68MD940359166
- Response Due
- 9/15/2014
- Archive Date
- 11/4/2014
- Point of Contact
- Adam M. Birkland, 206-764-3203
- E-Mail Address
-
USACE District, Seattle
(adam.m.birkland@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice for the US Army Corps of Engineers, Seattle District. This notice is for information purposes only and IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. The U.S. Army Corps of Engineers, Seattle District, requests capability statements from businesses concerning the availability of services that satisfy the requirements described below. RESPONSES TO THIS SOURCES SOUGHT ANNOUNCEMENT WILL BE USED BY THE GOVERNMENT TO MAKE APPROPRIATE ACQUISITION DECISIONS. NO SOLICITATION IS CURRENTLY AVAILABLE. Responses are to be sent via email to: Adam.M.Birkland@usace.army.mil NAICS Code: 541620, Environmental Consulting Services Small Business Size Standard: $15.0 Million Federal Service Code: F999 The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Businesses Community: Small Business (SB), 8(a), Small Disadvantage Business (SDB), Woman Owned Business (WO), Economically Disadvantaged Woman Owned Small Business (EDWOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), and Historically Underutilized Business Zones (HUBZones). The Government must determine whether there is adequate competition among the potential pool of responsible contractors. The Small Business Community is highly encouraged to respond. Please note that this research is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Corps. The solicitation will be for a contract and will be advertised as a Request for Proposal (RFP). GENERAL REQUIREMENTS: The US Army Corps of Engineers, Seattle District is seeking contractors that can perform Environmental Quality (EQ) Program Services at Joint Base Lewis-McChord (JBLM) and the Yakima Training Center (YTC) in Washington State. Army Regulation 200-1, Environmental Protection and Enhancement, establishes the framework for execution of the Army Environmental Quality (EQ) Program. The Army EQ Program includes three program areas: Compliance, Conservation, and Pollution Prevention (P2). The Seattle District is seeking capabilities in the following specific areas of work. Hazardous Waste Program Services: The JBLM Hazardous Waste (HW) and Moderate Risk Waste (MRW) management process includes but is not limited to proper management of all regulated waste including; dangerous, hazardous, landfill restricted, or otherwise regulated waste streams, pharmaceutical, TSCA, universal waste, non-hazardous wastes from industrial processes, surplus or expired Hazardous Materials (HM), off-spec fuel, used oil, and MRW (household hazardous waste). Water Program Support - CWA: The JBLM wastewater system must comply with the Clean Water Act (CWA), to include: pretreatment, collection, treatment, and discharge of the sanitary sewer. CWA compliance also supports JBLM's Environmental Management Systems (EMS), Sustainability Program and Net Zero Water initiatives. Fish & Wildlife Management Services: Services include planning, coordinating, reporting, and participating in fish and wildlife management activities conducted. The primary management goal is to maintain healthy, functional ecosystems on JBLM by managing the natural resources on JBLM with the intent of sustaining viable populations of native flora and fauna, while providing a natural environment to support the military training mission. Water Program - Safe Drinking Water Act: JBLM's Water Program is responsible for all compliance requirements of the installation's five drinking water systems, as well as supporting the installation's EMS, Sustainability Program and Net Zero Water initiatives Solid Waste Management Services: Support for the JBLM Solid Waste (SW) Program in the proper management of regulated waste and the diversion, recycling, reuse, and upcycling of materials. Materials are generated as byproducts of industrial processes, military training and maintenance activities, facility and infrastructure maintenance, renovation and repair projects. Cultural Resources Management Services: A broad range of support for the PW-ED Cultural Resources Management Program. This support will be focused on the management of archaeological sites, districts, traditional cultural properties, Indian sacred sites, cemeteries, monuments and memorials, and Native American relations. NEPA Compliance Services: A broad range of services in support of the JBLM National Environmental Policy Act (NEPA) program. The JBLM NEPA program conducts environmental impact analysis for activities involving federal personnel, federal lands, and federal monies. Services include conducting contamination assessments/surveys for construction and real estate actions, processes digging permits for possible conflicts with environmental resources, prepares follow-on documents for real estate actions, and assists with coordination meetings. TSCA Services: TSCA addresses the production, importation, use and disposal of specific chemicals including polychlorinated biphenyls (PCBs), asbestos, radon and lead-based paint. Air Quality Compliance Services: JBLM maintains a synthetic minor air permit. Air quality compliance services are required for JBLM, including but not limited to the following areas: Ozone-Depleting Substances (ODS) Program, Air Emissions Program, Open Burning, Manage Notices of Construction (NOCs), Restricted Use List & Authorized Use List, Vehicle Emissions Program, Ozone-Depleting Substances (ODS) Program, Commute Trip Reduction, Environmental Management System/ISO 140001, Sustainability Program, Green House Gas Emission Inventory, Environmental Quarterly Report Data Call, Aerospace NESHAPS Bi-Annual Report, and Air Quality Program Freedom of Information Requests. Environmental Compliance Inspection Services: Assessments/visits at JBLM installation activities and units are required to inspect and determine the status of compliance with Federal, State, Local, Department of Defense and Army/Air Force environmental laws, regulations and standards. Storm Water Management Services: Technical support, inspection services and reporting are required in support of a comprehensive stormwater management program mandated by the Clean Water Act and three EPA Region X permits issued to JBLM. Expertise is required in all phases of permit compliance, including development of a comprehensive management strategy that meets all permit requirements and preparation and maintenance of the required management plans and inventories. P2 Hazardous Materials Management Support: A broad range of support is required to ensure that hazardous material management is being correctly administered, including analyzing installation processes involving the use and generation of hazardous material and associated hazardous waste streams, identifying process improvements, maintaining data management and reporting, and maintenance of associated hazardous materials issue and tracking databases. Other Installation EMS Support: Environmental Operating Permits (EOPs) provide environmental operational guidelines primarily to JBLM military units and industrial operations and is based on the structural framework of the JBLM EMS. EOP support focuses on assessing, implementing, monitoring, and reporting the use of equipment and technology to prevent pollution in all environmental media areas, with emphasis in reducing hazardous material (HM) usage and the generation of hazardous waste. SUBMISSION REQUIREMENTS: Firm's response to this Synopsis (Sources Sought Notice) shall be limited to 7 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, e-mail address, DUNS number, CAGE code and relevant NAICS codes. 2. Firm's interest in bidding on the solicitation when it is issued. 3. EXPERIENCE: Contractor must provide a brief description of similar projects, customer name, timeliness of the performance, customer satisfaction and dollar value of the project. Minimum of 5, but no more than 7 similar jobs. The experience submitted needs to relate to the areas of work indicated above. 4. Firm's small business category and Business Size (Small Business (SB), 8(a), Small Disadvantage Business (SDB), Woman Owned Business (WO), Economically Disadvantaged Woman Owned Small Business (EDWOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zones (HUBZones) and Historically Black Colleges and Minority Institutions (HBCU/MI). 5. Firm's Joint Venture information if applicable. 6. LARGE BUSINESS FIRMS: Provide the percentage of small business participation (as a percentage of your total estimated proposal value). Responses will be shared with the Government and the project team, but otherwise will be held in strict confidence. Interested Firms shall respond to this Sources Sought Notice no later than 2:00 P.M. on Pacific Standard Time on Monday, September 15, 2014. All interested firms must be registered in SAM, https://www.sam.gov and remain current for the duration of the contract to be eligible for award of Government contracts. All responses shall include the announcement number (W68MD940359166) in the subject line. Email your response to Adam.M.Birkland@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W68MD940359166/listing.html)
- Place of Performance
- Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
- Zip Code: 98124-3755
- Zip Code: 98124-3755
- Record
- SN03497447-W 20140907/140905234713-42c33e57c624c0ffa429abe5bf4d04d2 (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 |