Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2018 FBO #5969
SOURCES SOUGHT

99 -- Environmental Services

Notice Date
3/26/2018
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 2 Hopkins Plaza, Baltimore, Maryland, 21201, United States
 
ZIP Code
21201
 
Solicitation Number
W912DR-18-S-0009
 
Point of Contact
Lillian Lamb, Phone: 4438532060
 
E-Mail Address
Lillian.Lamb@usace.army.mil
(Lillian.Lamb@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice, and is for information/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. THERE IS NOT A SOLICITATION AVAILALBLE AT THIS TIME. The U.S. Army Corps of Engineers, Baltimore District (hereinafter the Baltimore District), seeks to determine the interest, availability, and capability of potential sources to satisfy an upcoming requirement. The Baltimore District requests capability statements from Small Business, Certified 8(a), Certified HUB Zone, Economically Disadvantage Women-Owned Small Businesses and Service-Disabled Veteran-Owned concerns to provide environmental services to the Defense Supply Center Richmond Defense Logistics Agency (DLA) Restoration Program. The applicable NAICS code for this 541330 and the standard size is $15M. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. The Government will not pay for any material provided in response to this market survey nor return the data provided. The requirement will consist of a five (5) year contract to provide environmental services to the Defense Supply Center Richmond (DSCR) Defense Logistics Agency (DLA) Restoration Program. DSCR, also known as DLA Aviation, serves as the Aviation Demand and Supply Chain manager for Defense Logistics Agency. DLA Aviation supports more than 1,300 major weapon systems as the military's primary source for more than 1.3 million repair parts and operating supply items. More than 444,000 of these items are aviation parts, including spares for engines on fighters, bombers, cargo aircraft and helicopters; airframe and landing gear parts; flight safety equipment; and propeller systems. In addition, DLA Aviation manages supply, storage and distribution operations alongside its military customers at Robins Air Force Base, GA; Tinker Air Force Base, OK; Hill Air Force Base, UT; Marine Corps Air Station Cherry Point, NC; Naval Air Station North Island, CA; and Naval Air Station Jacksonville, FL. DLA Aviation also manages depot-level reparable procurement operations at Robins, Tinker and Hill Air Force Bases; Navy Inventory Control Point Philadelphia; and Redstone Army Arsenal in Huntsville, AL. Current missions at the installation include the following: • Managing, controlling, storing, and distributing general military, administrative, and other supplies worldwide for DLA; • Recovering industrial chemicals; • Refurbishing and refilling chemical gas cylinders; • Storing and supplying operational and maintenance parts for military aircraft • Disposing of excess inventory; • Maintaining and storing military and Government vehicles; • Storing and distributing maps to DoD installations and other Government agencies worldwide Since 2000, DSCR has been integrating RIs and Focused Feasibility Studies for source and groundwater OUs. RI/FFSs have been conducted as part of a comprehensive, installation wide completion strategy recognizing the interdependence of soil and groundwater impacts. This strategy involves: • Eliminating or reducing continuing sources of impacts through removal or treatment • Controlling migration in the environment using natural and engineered controls • Using institutional or engineered controls to limit the exposure of impacts that could pose an unacceptable human health or ecological risk The work anticipated under this contract will include the following: This SOW includes broad-spectrum environmental services. These services include, but are not limited to: • Annual/Bi-annual Ground Water Sampling and Evaluation • In-situ Bio-remediation such as enhanced reductive de-chlorination (ERD) • Bio-enhanced Directed Groundwater Recirculation (BDGR) • Project Management Plan • Treatment System Optimization • Vapor Intrusion Monitoring and Abatement System Implementation • Subsurface Depressurization System O&M • Coordination of Quarterly Restoration Advisory Boards and Community Relations Assistance • Monthly Interactions with Regulators • Land Use Controls Evaluation and Implementation • Five-Year Review • Treatment systems O&M • Monitoring well optimization, installation, and abandonment Small Businesses, Certified 8(a), Certified HUB Zone, Economically Disadvantage Women-Owned Businesses, and Service-Disabled Veteran-Owned Small Businesses are encouraged to respond to this notice. Responses may be in any format, but should include the following: 1. Company name, address, phone number, and email address of the point of contact. 2. Indicate businesses size in relation to the NAICS code 541330. Provide your company's System for Award Management (SAM) Cage Code and DUNS number to verify your businesses status as a qualified Small Business (SB), Service Disabled Veteran Owned SB (SDVOBSB), Historically Underutilized Business Zone (HUBZone), Qualified Section 8(a), or Women-Owned Small Business (WOSB). Contractors must be registered in SAM at time of bid/proposal due date. Please see https://sam.gov/portal/SAM/ for additional registration information. 3. Indicate the primary nature of your business and an overview of your firm's capabilities. 4. Provide at least two (2) but no more than three (3) examples of projects similar to requirements described above that have been completed within the past three years. Narratives should include a description of the services performed, project references (including owner with phone number and email address), and size of project and/or capacities. 5. Identify any anticipated industry partners that your firm may utilize for this requirement. In accordance with FAR 52.219-14, please confirm that the SB concern is capable of performing a minimum of 50% of the anticipated contract cost. Total submittal shall be no longer than seven (7) pages in one (1).pdf file, and Email responses are required. Responses are to be sent via email to lillian.lamb@usace.army.mil by 12:00p.m. EST on 02 April 2018. Comments will be shared with the Government and the project team, but otherwise will be held in strict confidence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-18-S-0009/listing.html)
 
Place of Performance
Address: 8000 Jefferson Davis Hwy, Richmond, Virginia, 23297, United States
Zip Code: 23297
 
Record
SN04866925-W 20180328/180326231309-c17d4f9926e0ac1261182726ef45d97a (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.