Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 30, 2016 FBO #5516
SOURCES SOUGHT

B -- Multiple Award Task Order Contract (MATOC), Indefinite Delivery Indefinite Contract (IDIQ), Environmental Services, Various Locations, Korea - Draft PWS

Notice Date
12/28/2016
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Far East, Unit 15546, Attn:CEPOF-CT, Seoul, 96205-0610, Korea, South
 
ZIP Code
00000
 
Solicitation Number
W912UM17R0003
 
Archive Date
2/15/2017
 
Point of Contact
Brady L Hales, Phone: 3157217289, Hye-Kyong Chon,
 
E-Mail Address
brady.l.hales@usace.army.mil, hye-kyong.chon@usace.army.mil
(brady.l.hales@usace.army.mil, hye-kyong.chon@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft PWS SYNOPSIS: The U.S. Army Corps of Engineers, Far East District (POF) is conducting a sources sought request. This is not a solicitation or pre-solicitation announcement. This announcement is for information and preliminary planning purposes only. This notice is not to be construed as a commitment by the Government for any purpose other than market survey. Respondents will not be notified of the results of the evaluation. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. The intent of this sources sought is to identify capable firms interested in meeting the project description listed below. Proposed work to be performed under the following North American Industry Classification (NAICS) codes as follows: 541990 All Other Professional, Scientific, and Technical Services. POF is located Outside the Continental United States (OCONUS), achievement of small business goals is not applicable and no consideration will be given to Small Business Programs for this requirement. POF anticipates soliciting and awarding multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, to be procured in accordance with the Federal Acquisition Regulation Part 15. The IDIQ contracts are anticipated to have shared total monetary capacity of approximately $9,000,000 for five years (one year base period and four one-year option periods). The specific work requirements will be negotiated and issued on an individual basis as firm fixed price task orders. Due to the Status of Forces Agreement (SOFA) this market survey is limited to local contractors with Korean business licenses only. PROJECT DESCRIPTION: Far East District (POF) requires to have Multiple Award Task Order (MATOC), IDIQ, Environmental Services contracts in place to provide comprehensive environmental services to support the various environmental programs and initiatives undertaken by the United States Department of Defense (DoD) and other US Government agencies in Korea. The range of services is extensive, including environmental compliance with USFK Regulation 201-1, pollution prevention, and remediation. Specific requirements and standards of the services shall be provided in each Task Order (TO) and the services may include the following: Site Surveys and Management Plan Development; Sampling and Analytical Testing; Environmental Field Studies; Response Action; Operations and Maintenance; Removal, Replacement and Upgrade of Fuel Systems and Oil Water Separators; and Asbestos/Lead-based Paint Survey and Abatement. The Government intends to use the listed below disciplines to perform the (MATOC), IDIQ, Environmental Services contracts. The Government expects the contractor should employ the following key personnel to perform the work: - Senior Contract Manager - Senior Project Manager - Senior Environmental Engineer - Senior Environmental Scientist - Quality Control Manager If your firm is interested and capable of performing the work identified in the project description please provide a response to this sources sought. Responses should be no longer than 10 pages and should contain the following information: 1) Provide a Statement of Capabilities (SOC) to perform each the following types of services (reference Draft PWS paragraphs 3.1-3.8): • Site Surveys and Management Plan Development • Sampling and Analytical Testing • Environmental Field Studies • Response Action • Operations and Maintenance • Removal, Replacement and Upgrade of Fuel Systems and Oil Water Separators • Asbestos/Lead-based Paint Survey and Abatement • Demolition of Buildings, or Other Real Property Structures and Facilities If your firm does not possess capabilities to perform a specific service, please indicate in your response. Responses should detail both prime contractor and any planned subcontractor's capabilities. 2) Provide a Statement of Experience (SOE) performing the services listed above. The statement should include a list of major contracts performed overseas and list contract title, total contract amount, location, and customer Point of Contact (email address). Your firm shall identify whether any work stated in the SOE was completed independently as the prime contractor or affiliated with another contractor (in a joint venture or as a subcontractor). If your role was as a sub-contractor, describe the services your company provided. 3) Name of the company to include address, phone, and Point of Contact. Company CAGE code and DUNS number (if applicable). A CAGE code is not required in order to respond to this MARKET SURVEY, however it is a requirement to do business with the U.S. Federal Government. For more information regarding obtaining a CAGE code: FOR NON-U.S. COMPANIES Non-U.S. companies are issued NATO Cage Codes (NCAGE) by contacting the designated Point of Contact (POC) at the National Codification Bureau (NCB) of the country where the company is located. For a list of addresses and POCs, go to http://www.dlis.dla.mil/nato_poc.asp. Please note: Organizations with an address containing APO, FPO or AE do not need an NCAGE assigned by an Allied Nation or NATO-sponsored NCB. Instead, these companies must register in the CCR to receive a U.S. Cage Code. The POC for South Korea is: The Standard Planning Team Of the Standard Management Bureau Defense Acquisition Program Division (23 Yongsangogyogil) #2-15 Yongsan 2 ga dong Yongsan-gu SEOUL (140-841) Republic of Korea TEL: +82-2-2079-4639 FAX: +82-2-773-7587 E-MAIL: CAGEKR@dapa.go.kr SUBMISSION: Submission of your interest is not a prerequisite to any potential future offerings, but participation will assist POF in identifying sources with required capabilities. Submit response and information (in PDF format) via email to contract specialist Ms. Chon, Hye-Kyong at Hye-Kyong.Chon@usace.army.mil. Responses must be received by 4:00 PM Korea Standard Time, 16 January 2017. Any response received after this date may not be utilized in the Market Survey assessment. Contracting Office Address: USACE District, Far East, Unit 15546, Attn: CEPOF-CT, Seoul, AP 96205-5540 Place of Performance: USACE District, Far East Unit 15546, Attn: CEPOF-CT, Seoul AP 96205-5540 KR Point of Contact(s): Ms. Chon, Hye-Kyong, 011-822-2270-7272
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA81/W912UM17R0003/listing.html)
 
Place of Performance
Address: Various locations, Korea, Korea, South
 
Record
SN04360287-W 20161230/161228233110-46d23f4b947d46181c3f1d479363ea48 (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.