Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 06, 2015 FBO #5004
SOURCES SOUGHT

F -- Solid Waste

Notice Date
8/4/2015
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W56ZTN-15-T-SWASTE
 
Response Due
8/12/2015
 
Archive Date
10/3/2015
 
Point of Contact
Sherry Compton, 443-861-4747
 
E-Mail Address
ACC-APG-TENANT CONTRACTING DIV
(sherry.l.compton.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Contracting Command-Aberdeen Proving Ground is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for solid Waste services to meet the requirements of Army Regulation 200-1, Environmental Protection and Enhancement (defined below). The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541620. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; and 3) provide services under a performance based service acquisition contract. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are hereby invited to submit a response to this Sources Sought Notice Not Later Than 1:00 p.m.12 August 2015. All responses under this Sources Sought Notice must be emailed to sherry.l.compton.mil@mail.mil. If you have any questions concerning this opportunity please contact: Sherry Compton (KO) (443) 861-4747, sherry.l.compton.civ@mail.mil. APPENDIX 1: Purpose and Objectives US Army Aberdeen Proving Ground Solid Waste (SW) Program requires solid waste services to meet the requirements of the state of Maryland and Army Regulation 200-1, Environmental Protection and Enhancement. The SW Program requires sampling of various SW streams and monitoring of groundwater and methane gas at two closed rubble landfills to meet the requirements of our Maryland Department of Environment SW permits: Sampling and Analyses. Sewage Sludge: Conduct sample and analyses of sewage sludge from the Edgewood Area sewage sludge digesters of Aberdeen Proving Ground's Wastewater Treatment Plant twice annually. Samples shall be submit to an approved lab for analysis consistent with Maryland regulations for Class I sewage sludge. The samples shall be analyzed for percent solids, pH, and dry weight concentrations of total kjeldahl nitrogen (TKN), ammonia, nitrate, phosphorus, potassium, cadmium, copper, mercury, nickel, lead, and zinc. Polychlorinated Biphenyls (PCBs) shall be analyzed from one of the samples in accordance with Code of Maryland Regulations (COMAR) requirements. The contractor shall prepare and submit two semi-annual and one consolidated Annual Sewage Sludge Generator's Report in accordance with COMAR 26.04.06.13B General Solid Waste sampling and analyses: Assume up to four (4) requests to sample and analyze various solid wastes at APG. This solid waste stream could include oil contaminated soil, building debris, asbestos containing materials, leachate, water, and/or wastewater. Develop a sampling plan for each request consistent with industry standard practice. The samples collected for laboratory analysis shall be properly packaged with chain of custody documents for shipment to an approved laboratory. Laboratory turnaround time is standard at 7 business days. The contractor shall provide laboratory analyses of waste associated with each of the 4 sampling events. These analytical events may include, but are not limited to: TCLP, TPH, PCB, Total Metals, VOCs, paint filter tests, etc. Groundwater and Methane Monitoring at Landfills. Quarterly Methane Monitoring: Conduct quarterly methane monitoring of the air within the nine (9) gas points at the Phillips Army Airfield landfill and four (4) gas points at the Westwood landfill. Methane concentrations will be monitored with a Landtec GEM 2000 Gas Analyzer or equivalent as specified in the sampling plans. Quarterly Well Elevation Monitoring: Record water level elevations in each groundwater well concurrently with the quarterly methane monitoring. Elevations shall be collected from six (6) groundwater monitoring wells specified in the Phillips Army Airfield sampling plan and five (5) groundwater monitoring wells specified in the Westwood sampling plan. Semi-Annual Groundwater Monitoring: The contractor shall conduct groundwater monitoring of six (6) Phillips Army Airfield wells and five (5) Westwood wells in accordance with the approved APG Sampling and Analysis Plan. Field measurements of pH, temperature, specific conductivity, turbidity, dissolved oxygen and oxidation reduction potential shall be taken at each well. Sample collection order shall be VOCs, metals (total), COD/hardness/nitrate, alkalinity/chloride/specific conductance/sulfate; pH/turbidity/TDS,ammonia, and gross alpha/beta/asbestos (gross alpha/beta/asbestos at Westwood only). Laboratories shall be required to meet the Maryland practical quantization limits (PQLs) for each of the analysts. Reporting Field activities shall be recorded in a field log book. Prepare a semi-annual report of the sampling results inclusive of the quarterly water level gauging and methane monitoring for each landfill. The reports shall contain background information consistent with the sampling plans, a summary of the sampling methodology, discussion of any relevant observations, presentation of the quarterly methane data and groundwater elevations and interpretive discussion of the findings. In addition, groundwater contour maps including direction of flow of the groundwater shall be included in the reports. Analytical results shall be presented in tabular format as well as inclusion of the laboratory reports. Tabulation of the data shall include a time series evaluation by well showing all historical data per well as well as the current data.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/337006c90f489004652385ede856319e)
 
Place of Performance
Address: ACC-APG-TENANT CONTRACTING DIV, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN03822134-W 20150806/150804235324-337006c90f489004652385ede856319e (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.