Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 17, 2019 FBO #6535
SPECIAL NOTICE

F -- Emerging Environmental Requirement Acquisition - EERA Source Sought

Notice Date
10/15/2019
 
Notice Type
Special Notice
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, US Army Corps of Engineers, USACE HNC, Huntsville, P. O. Box 1600, Huntsville, Alabama, 35807-4301, United States
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-19-R-0037
 
Archive Date
11/22/2019
 
Point of Contact
Yolanda McCray, Phone: 2568951096, Kendra N. Taylor, Phone: (256)895-7704
 
E-Mail Address
yolanda.mccray@usace.army.mil, Kendra.N.Taylor@usace.army.mil
(yolanda.mccray@usace.army.mil, Kendra.N.Taylor@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
EERA Sources Sought INDUSTRY DAY ANNOUNCEMENT. This announcement is to also invite businesses to an Industry Day event that will allow the Government to provide valuable information to industry regarding the acquisition, answer questions concerning the requirement, gather information to support the acquisition approach, and receive buy-in from industry. For industry unable to attend in person, the EERA Industry Day event will be offered virtually via CEHNC's Facebook page at: www.facebook.com/Huntsville Center. Date and Time: 24 October 2019 Central Time 1100-1130 Location: The Industry Day will be held at U.S Space & Rocket Center, 1 Tranquility Base, Huntsville 35805, Theater This is a SOURCES SOUGHT notice. The Government is seeking to identify qualified business sources under North American Industry Classification System (NAICS) 562910 (Remediation Services). The Small Business size standard is 750 employees. This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP), NOT A REQUEST FOR A STANDARD FORM 330, nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. For market research purposes both small and large businesses should provide responses. 1. CONTRACT INFORMATION: This Emerging Environmental Requirements Acquisition (EERA) contract will support work assigned to the U.S. Army Corps of Engineers (USACE), including but not limited to, Department of Defense Environmental Restoration Program (DERP); Formerly Used Defense Sites (FUDS); Military Munitions Response (MMR) for various Department of Defense (DoD) customers including conventional munitions, Chemical Warfare Materiel, Biological Warfare Materiel and other munitions-related services (OMRS); DoD Environmental Compliance Program, Environmental Support for Others (ESFO)Program; support to the Environmental Protection Agency (EPA) including Superfund and Brownfield Programs; Formerly Utilized Sites Remedial Action Program (FUSRAP); environmental cleanup for various military and Interagency and International Support (IIS) customers; environmental stewardship, and other environmental related regulatory programs. Task orders under this contract will be in support of existing and future USACE customers throughout the United States, including Alaska and Hawaii, the U.S. territories, Outlying areas as defined by FAR 2.101, and Territorial waters. Task orders will be issued as firm-fixed price (FFP) or cost-plus fixed fee (CPFF) based on the requirements of the Performance Work Statement (PWS) at various known or suspected Hazardous, Toxic, and Radioactive Waste (HTRW) sites and Munitions and Explosives of Concern (MEC) sites. Services may include, but are not limited to, the control of environmental contamination from pollutants, toxic substances, radioactive materials, and hazardous materials. The Government is gathering information to assist in determining an acquisition approach for the above listed services. As a result, the Government is performing market research in order to determine what business, small or other than small, possess the capability to execute some of the requirements within this acquisition. Respondents need to indicate all small business designations (small business, 8(a), certified HUBZone and/or Service Disabled Veteran Owned, and woman owned). Interested business firms who meet the capability requirements identified in this notice are requested to reply to this notice with a response to the Capability Questionnaire attached to this Sources Sought request. If no experience or capabilities are associated with a particular question, so indicate. Based upon responses received from both small and other than small businesses, consideration will be given to define an acquisition approach that provides maximum practicable opportunities and participation for small business programs. Any contracts awarded are being procured in accordance with the Federal Acquisition Regulations (FAR) 15. CEHNC anticipates awarding contracts for one base year and two (2) one-year option periods for a total of 3 years if all option years are exercised. The program capacity shared by all awarded contracts will be approximately $49M. 2. PROJECT INFORMATION: The objective of this Multiple Award Task Order Contract (MATOC) is to procure the services of Contractor to perform Military Munitions Response Program (MMRP) responses involving conventional munitions and chemical warfare materiel (CWM); Environmental Compliance and Remediation Services (ECRS); and Other Munitions- Related Services (OMRS), as necessary to enable lands and waters to be safely and efficiently used for their intended purpose. The Contractor shall provide services to safely locate; identify; recover, evaluate; assess; package; transport; manage; and make final disposition, as required, of Munitions and Explosives of Concern (MEC), and Hazardous, Toxic and Radioactive Waste (HTRW) at various currently and formerly used defense sites, property adjoining currently and formerly used defense sites, other federally controlled/owned sites. Work performed under this contract may include project planning; assessments; inspections; surveys; investigations; studies, engineering evaluations; cost analyses; remedial or removal actions; spill response; sampling and analysis; engineering containment and filtration; recovery; storage; transportation; and disposal, as required, of MEC to include MC, HTRW; monitoring; data management; training; permitting; public involvement; and logistical; medical; and security support. In addition, for OMRS the work may also include anomaly avoidance, construction support, range clearance. Work efforts may consist of robotic technology where feasible and practical. This work may occur at sites located throughout the United States, including Alaska and Hawaii, the U.S. territories, Outlying areas as defined by FAR 2.101, and Territorial waters. The services provided under this contract will be used in upport of various Department of Defense Commands and Installations and other federal agencies, where sponsored by an appropriate U.S. Government agency. 3. SUBMISSION REQUIREMENTS Interested firms should submit a document which furnishes information describing relevant demonstrated experience and qualifications in the following format: The submissions should be Times New Roman, font size 12 and should not exceed 10 one-sided, 8 ½" X 11" pages Computer files must be compatible with the latest version of Microsoft Word 2013. Submit responses via email to: CEHNC-EERA@usace.army.mil, and copy Yolanda McCray, Contract Specialist, at Yolanda.McCray@usace.army.mil. Submissions shall be received no later than 1400 hours Central Time on Thursday, 7 November 2019. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to CEHNC-EERA@usace.army.mil and copy Yolanda McCray, Contract Specialist, at Yolanda.McCray@usace.army.mil. Personal visits for the purpose of discussing this announcement will not be scheduled. This notice does not restrict the Government as to the ultimate acquisition approach. CAPABILITIES QUESTIONNAIRE Please respond to all questions as completely as possible. SECTION 1: GENERAL 1. Business Name: (Insert Business Name) 2. Business Address: (Insert Business Address) 3. Cage Code: (Insert Cage Code) 4. NAICS Codes: (list all NAICS codes your firm is registered under). 5. Responsible Point of Contact: Name: (Insert Name) Telephone: (Insert Telephone Number) Email: (Insert Email Address) 6. Check All That Apply: Our firm is a (using NAICS Code 562910 with 750 employees small business size standard): 8(a) small business Service-disabled veteran-owned small business Veteran-owned small business HUBZone small business Women-owned small business Minority-owned small business Small business Other (Insert type here) Large business SECTION 2: CONTRACTOR ARRANGEMENT Our firm will most likely be proposing on this project as a: Sole Contractor Prime Contractor (if small business) self-performing at least 50% of the work Prime Contractor (if small business) performing at least 50% of the work with the following team member subcontractor(s) (Insert business name, business size, cage code, and work which will be subcontracted), or Joint venture with (Insert business name, business size, and cage code). (See FAR subpart 9.6 for Government policy on teaming arrangements, as well as 8(a) Program regulations described in 13 CFR 124.513, HUBZone Program regulations described in 13 CFR 126.616, and Service-Disabled Veteran-Owned Program regulations described in FAR 19.1403 (c) and 13 CFR 125.15(b).) SECTION 3. CAPABILITY In response to this notice please demonstrate and respond to the following: 1. An established, satisfactory record of completion of similar contracts that demonstrate sufficient equipment, personnel, organizational, financial, and technical capability to ensure satisfactory completion of this contract, inthe United States, Outlying Areas, Outside the United States. Be sure to annotate the years of experience along with specific contract numbers. 2. Demonstrated ability to successfully perform on multiple task order awards, simultaneously. 3. Knowledge and experience in: a. conventional munitions and chemical warfare materiel (CWM); b. Environmental Compliance and Remediation Services (ECRS); c. Military Munitions Response Program (MMRP) responses d. Munitions and Explosives of Concern (MEC), e. Hazardous, Toxic and Radioactive Waste (HTRW) 4. Experience in locate; identify; recover, evaluate; assess; package; transport; manage; and make final disposition, as required, of Munitions and Explosives of Concern (MEC), and Hazardous, Toxic and Radioactive Waste (HTRW). 5. Do you have, at the time of submission, permits and licenses necessary to conduct work described in this notice? 6. Please list some of the geophysical equipment that you have adequately operated in previous projects. If you currently own the equipment please annotate. 7. Is your firm currently DoD Advanced Geophysical Classification Accreditation Program (DGCAP) accredited as Prime Contractor, Subcontractor, or neither (not accredited)? 8. A summary of any Requests for Equitable Adjustments (REAs) and/or Corrective Actions Request (CARs) on past similar projects within the last 6 years. 9. Knowledge of explosive safety and blast effects and prior experience designing facilities to accommodate explosive environments to include preparing submittals to the Department of Defense Explosive Safety Board (DDESB). 10. Knowledge of anomaly avoidance, construction support, range clearance and robotic technology. SECTION 4. RETURN INSTRUCTIONS After you have completed all sections of the capability questionnaire, please return the form to the Contract Specialist via email at CEHNC-EERA@usace.army.mil and Yolanda McCray, Contract Specialist at Yolanda.McCray@usace.army.mil. Your response shall be received no later than 1400 hours Central Time, Thursday, 7 November 2019. Information presented is for market research purposes only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-19-R-0037/listing.html)
 
Place of Performance
Address: Locations within the base Scope of Work as designated at the task order level, United States
 
Record
SN05474486-W 20191017/191015230457-4173f87d6043ec20c8b64af7d5b35329 (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.