SOURCES SOUGHT
M -- California - Systems O & M and Remediation
- Notice Date
- 9/12/2018
- 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-5X23
- Point of Contact
- Jewrica M. Nugent, , Heather Adams,
- E-Mail Address
-
jewrica.nugent@dla.mil, heather.adams@dla.mil
(jewrica.nugent@dla.mil, heather.adams@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, potential implementation of new remedial systems, advancement of restoration sites as close to Site Closure (SC) as practicable while maintaining long term Operations and Maintenance (O&M) in a cost effect manner, operations of in-place remediation systems, and emergency response services for DFSP Norwalk, CA; DFSP San Pedro, CA; DFSP Ozol, CA. These services include long-term monitoring, operation, and maintenance of remediation systems, public meetings, and other related environmental remediation activities and requirements IAW the State of California 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-5X23. 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 three (3) separate firm fixed price contracts from this solicitation: one for the DFSP Norwalk, CA; one for DFSP San Pedro, CA; and one for DFSP Ozol, CA. 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. The expected period of performance is November 1, 2019 through October 31, 2023. Responses are limited to not more than 5 pages. The Government will use this information to determine if there are business entities that are capable to perform this requirement. By responding, Contractors acknowledge capability to implement and coordinate all activities such that the Government is assured of cost- and time-effective remediation solutions to the complex challenges posed by the coordinating field activities with multiple ongoing efforts, combination of contaminant occurrence, geologic complexities, and regulatory requirements present at DFSP Norwalk, CA; DFSP San Pedro, CA; DFSP Ozol, CA. Any information submitted in response to this notice is voluntary. The Government will not pay for any information submitted in response to this notice. All responses submitted via e-mail will be considered. All responses to this notice are to be submitted by 1400 hours local Ft Belvoir time on October 12, 2018. E-mail submissions to: jewrica.nugent@dla.mil. Interested companies should respond to the following: 1. Provide a company profile to include number of employees, annual revenue history for the last 3 years, office location (s), DUNNS/CAGE Code number, and a statement regarding current business status. Please note that registration in the System for Award Management (SAM) and Wide Area Workflow (WAWF) are required for DLA Energy contractors. 2. Capability of providing qualified and experienced personnel, with appropriate clearances, if required.  3. Past Performance: Do you have past performance as a prime contractor or subcontractor on service contract for similar environmental services requirements on DOD facilities? We are requesting 5 different projects along with No Further Action or site closure letters. Please provide the following: Contract number, Contract POC, Contract POC Contact number, Name of Government Agency or Commercial Entity, Initial Period of Performance, Actual Period of Performance, Budgeted Dollar Value, Actual Dollar Value, Type of Contract (Fixed Price, Cost Reimbursement, etc.), and an explanation of services provided as they relate to GOCO fuels management. If applicable, please include projects where contractor performed site assessment, installed a remediation system, and operated to site closure. If your firm acted as subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage. <ins datetime="2018-09-10T10:13" cite="mailto:Nugent,%20Jewrica%20M%20CIV%20DLA%20AVIATION%20(US)"> <ins datetime="2018-09-10T10:11" cite="mailto:Nugent,%20Jewrica%20M%20CIV%20DLA%20AVIATION%20(US)"> **Address any past performance problems, and resolutions taken. 4. Do you anticipate any type of 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 your company have experience with Service Contract Act of 1965 covered contracts? Does your company have experience with Collective Bargaining Agreements (CBAs)? Please explain any experience your company has had with labor unions. 6. Does your company have the financial capability and financial stability, and/or adequate lines of credit to sustain and support a four-year contract with a possible 6-month extension option in the event there are delays with the payment process? Do you have an approved accounting system in place to adequately track expenditures? Please elaborate. 7. 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-5X23/listing.html)
- Place of Performance
- Address: Contracting Office Address:, 8725 John J. Kingman Rd, Fort Belvoir, Virginia, 22060-6222, United States
- Zip Code: 22060-6222
- Zip Code: 22060-6222
- Record
- SN05085871-W 20180914/180912231119-ff0df435eb2a1f8c018261435fe263cd (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 |