SOURCES SOUGHT
F -- RAPID RESPONSE 6 SOURCES SOUGHT # W9128F-16-S-E002
- Notice Date
- 4/7/2016
- Notice Type
- Sources Sought
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F-16-S-E002
- Point of Contact
- Tyler P. Hegge, , Melissa Harlon,
- E-Mail Address
-
tyler.hegge@usace.army.mil, melissa.r.harlon@usace.army.mil
(tyler.hegge@usace.army.mil, melissa.r.harlon@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- RAPID RESPONSE 6 SOURCES SOUGHT # W9128F-16-S-E002 Response to this synopsis is strictly voluntary and will not affect any firm or corporation's ability to submit an offer if and when a solicitation is released. There is no bid package or solicitation document associated with this announcement. The requested information is for market research and planning purposes only and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of contractors' information. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations under Federal Acquisition Regulation (FAR) 3.104. TYPES OF CONTRACTS Best practices and lessons learned from past operations success include competition, socio-economic participation, service provider capability of Indefinite Delivery, Indefinite Quantity (IDIQ) fixed price type contracts commonly known as multiple award task order contracts (MATOCs) or single award task order contracts (SATOCs). The Government currently anticipates phasing in awards of multiple MATOCs/SATOCs to firms over a five year period. All sub-categories of small businesses are being considered during our market research phase. SUBMISSIONS Capabilities package/response submittal must be received no later than 2:00 Central Daylight Time on 22 April 2016. Any information submitted is voluntary; however, capability statements that do not attempt to answer the questions below may not be considered. Work will be performed under NAICS code 562910, and may use Small Business, 8(a), and Service Disabled Veteran Owned Small Business Set-Asides. 1. Has your firm performed, as a prime contractor, a hazardous waste recovery project (e.g. project that included recovery, staging, classification, preparing transportation documentation, transportation, treatment, and disposal of petroleum or hazardous waste soil, water, or debris)? If yes, provide the name and brief description of project(s), final project cost, and POC. 2. Can your firm execute projects nationwide, including Hawaii and Alaska? If no, what geographic regions would your firm be able to execute projects? 3. Has your firm executed cost reimbursable project(s)? If yes, provide the name and brief description of project(s), award amount, and POC. 4. Has your firm been audited by Defense Contract Audit Agency (DCAA)? If yes, is the audit recent, i.e., within the last year? 5. Has your firm provided emergency response actions? If yes, provide the name and brief description of project(s). 6. Does your currently employ personnel who are qualified to perform the following: a. Regulatory Specialist for hazardous waste (including petroleum) projects? If yes, provide brief synopsis of experience. If no, how would your firm provide for these types of services? b. Transportation and Disposal Coordinator (prepare transportation documents, truck placarding, notifications, treatment requirements, and disposal requirements for compliance with regulations)? If yes, provide brief synopsis of experience. If no, how would your firm provide for these types of services? c. Chemistry (prepare sampling and analyses plans to USACE standards)? If yes, provide brief synopsis of experience. If no, how would your firm provide for these types of services? d. Radiation Specialist (develop and implement radiological plans, sampling, analyses, etc. pursuant to recovery actions)? If yes, provide brief synopsis of experience. If no, how would your firm provide for these types of services? e. Project Manager (manage project activities to ensure compliance on quality, schedule and cost)? If yes, provide brief synopsis of experience. If no, how would your firm provide for these types of services? f. Site Manager (manage project activities to ensure compliance with cost and schedule)? If yes, provide brief synopsis of experience. If no, how would your firm provide for these types of services? g. Senior UXO Supervisor (provide management oversight of UXO teams on UXO sites)? If yes, provide brief synopsis of experience. If no, how would your firm provide for these types of services? h. UXO Safety Officer (ensure compliance with safety requirements on UXO sites)? If yes, provide brief synopsis of experience. If no, how would your firm provide for these types of services? i. UXO QC Supervisor (provide QC support on UXO sites)? If yes, provide brief synopsis of experience. If no, how would your firm provide for these types of services? All interested, capable, qualified (under NAICS code 562910) and responsive contractors are encouraged to reply to this sources sought notice. Please e-mail responses to melissa.r.harlon@usace.army.mil and tyler.hegge@usace.army.mil no later than 2:00pm, 22 April 2016. Responses must include in the subject line: Response to Sources Sought Synopsis W9128F-16-S-E002. Request for proposals, if and when issued, will be available via the Internet at www.fedbizopps.gov. As such, it is the potential offerors' responsibility to monitor FBO.gov for the release of any additional information. THIS NOTICE DOES NOTCONSTITUTE A PRE-SOLICITATION NOTICE OF SOLICITATION ISSUANCE.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-16-S-E002/listing.html)
- Place of Performance
- Address: 1616 Capitol Ave, Omaha, Nebraska, 68102, United States
- Zip Code: 68102
- Zip Code: 68102
- Record
- SN04076746-W 20160409/160407234841-ea4c837875a8825b1d226910c6d5b7e0 (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 |