SOURCES SOUGHT
M -- Alaska - Systems O&M and Remediation
- Notice Date
- 8/31/2018
- Notice Type
- Sources Sought
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Energy, 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060-6222, United States
- ZIP Code
- 22060-6222
- Solicitation Number
- SPE600-18-R-5X22
- Point of Contact
- Susan Viktoria Metzger, , Matthew R. padfield,
- E-Mail Address
-
viki.metzger@dla.mil, matthew.padfield@dla.mil
(viki.metzger@dla.mil, matthew.padfield@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought notice only. This notice from the Defense Logistics Agency (DLA) Energy, DLA Energy - FESAC, is seeking small businesses that can provide environmental assessment and long-term management, operations of in-place remediation systems, and emergency response services for DLA at Eielson AFB, AK (including one off-installation site) and the former DFSP Whittier, AK. These services include long-term monitoring and operation and maintenance of remediation systems, public meetings, and other related environmental remediation activities and requirements IAW the State of Alaska and local regulations and requirements. Except as otherwise noted, the Service Provider shall employ best commercial practices and guidelines in accordance with all applicable federal, state and local regulations to meet the requirements. No solicitation is being issued at this time. For reference purposes, this notice is numbered SPE600-18-R-5X22. The amount of information available at this time is limited. Specific requirements will be listed in the Performance Work Statement (PWS) which will be posted when the solicitation is issued. This sources sought is issued solely for informational planning purposes and market research in accordance with Federal Acquisition Regulation (FAR) Part 10 and shall not be construed as a solicitation or obligation on the part of DLA Energy. DLA Energy is not seeking proposals at this time and will not accept unsolicited proposals. The solicitation for this requirement will be posted on this page under a different notice number. The government will award two firm fixed price contracts from this solicitation: one for the Eielson AFB, AK sites and one for the former DFSP Whittier, AK. The proposed solicitation is being considered as a set-aside under the small business set-aside program. The North American Industry Classification System (NAICS) Code is 562910 and the size standard is 750 employees. The government is interested in the following small business categories to respond to this notice: Small Business, Small Disadvantaged Businesses, 8(a) Businesses, Historically Underutilized Business Zone (HUBZone) Businesses, Service Disabled Veteran- Owned Small Businesses (SDVOSBs), and Women-Owned Small Business concerns. Responses to the sources sought notice shall not exceed 5 pages. The Government will use this information, in addition to other information obtained, to determine whether sufficient competition exists to set aside all or part of this procurement for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), HUBZone Businesses, 8(a) Businesses, Women-Owned Small Businesses, or Small Businesses. Any information provided to the Government as a result of this notice is voluntary. The Government will not pay for any information submitted in response to this notice. All costs associated with this sources sought will be solely at the expense of the respondents. Additionally, all submissions become Government property and will not be returned. No basis for a claim against the Government shall arise as a result from a response to this sources sought. All responses to this notice are to be submitted by 1500 hours local Ft Belvoir time on October 1, 2018. Only responses submitted via E-Mail will be considered. Please email all submissions to Viki Metzger and Matthew Padfield at Viki.Metzger@dla.mil and Matthew.Padfield@dla.mil. Interested companies should address the following in their response: 1. Provide a company profile to include number of employees, annual revenue history for the last 3 years, office location(s), DUNS/CAGE Code number, and a statement regarding current business status. Please note that registration in the System for Award Management (SAM) is required for DLA Energy contractors. 2. Capability of qualified and experienced personnel, with appropriate clearances, if required. 3. Past Performance; was it as a prime contractor or subcontractor on service contracts for similar environmental remediation services? If so please provide the following: Contract Number, name of Government Agency or Commercial Entity, Period of Performance, Dollar Value, Type of Contract (Fixed Price, Cost Reimbursement, etc.), and an explanation of services provided as they relate to environmental remediation services, remediation recovery systems, emergency response, and environmental compliance. If your firm acted as subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage. Address any past performance problems, and resolution taken. 4. Does the company anticipate any type teaming arrangement for this requirement? If yes, please address what kind of arrangement and what percentage of work, type(s) of service would you perform. 5. Does the company have the financial capability and financial stability, and or adequate lines of credit to support a four-year multiyear contract, in the event there are difficulties with invoice payments? Does it have an approved accounting system in place to adequately track expenditures? Please elaborate. 6. What realistic phase-in period would you require to commence performance with personnel, equipment, and materials?
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SPE600-18-R-5X22/listing.html)
- Place of Performance
- Address: Contracting Office Address:, 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060-6222, United States
- Zip Code: 22060-6222
- Zip Code: 22060-6222
- Record
- SN05066994-W 20180902/180831231116-66f9881ce5eb55568ca9974573846b5d (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 |