SOURCES SOUGHT
F -- Sources Sought Utah Environmental Remediation Services
- Notice Date
- 7/13/2020 6:44:45 PM
- Notice Type
- Sources Sought
- NAICS
- 562910
— Remediation Services
- Contracting Office
- W6QM MICC-FDO FT SAM HOUSTON FORT SAM HOUSTON TX 78234-1361 USA
- ZIP Code
- 78234-1361
- Solicitation Number
- PANMCC_019286
- Response Due
- 7/21/2020 10:00:00 AM
- Archive Date
- 08/05/2020
- Point of Contact
- Javelin Carouthes, Phone: 2104662137, Cindy Hildner
- E-Mail Address
-
javelin.m.carouthers.civ@mail.mil, cindy.c.hildner.civ@mail.mil
(javelin.m.carouthers.civ@mail.mil, cindy.c.hildner.civ@mail.mil)
- Small Business Set-Aside
- 8AN 8(a) Sole Source (FAR 19.8)
- Description
- SOURCES SOUGHT SYNOPSIS This is a Sources Sought announcement ONLY; no solicitation exists at this time. The United States Army Environmental Command, through the Mission and Installation Contracting Command � Fort Sam Houston, is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for environmental restoration program requirements at three Utah military installations Work generally involves: groundwater monitoring, groundwater modeling, administration of collected data, operation and maintenance of air sparge/soil vapor extraction systems, long term maintenance and management requirements, and other programmatic requirements identified in the Draft Performance Work Statement (PWS). The U.S. Government desires to procure these services via a potential direct award with an 8(a), Alaskan Native Corporation Owned Firm (ANC), Tribally Owned Firm, or Native Hawaiian Organization Owned Firm (NHO), provided two or more qualified ANC, NHO or Tribally-Owned Corporations respond to this sources sought synopsis with information sufficient to support a set-aside. However; responses from small business will also be accepted. This notice is issued solely for information and planning purposes; it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Furthermore, the U.S. Government will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on fbohome.sam.gov. It is the responsibility of potential offerors to monitor fbohome.sam.gov for additional information pertaining to this requirement. The anticipated NAICS code is 562910, Remediation Services, Size Standard of 750 Employees. It is anticipated that a single award ID/IQ contract will result, with the majority of the task orders issued as a Firm Fixed Price (FFP) with a cost contract line item number (CLIN) for travel. The Contract is anticipated to start September 2020 with a 60 month ordering period. Attached are a DRAFT PWS, Performance Requirements Summary (PRS), and three Technical Exhibits dated 03 May 2020. Please note that these are DRAFTS and are attached for reference only. The potential contract will support the Army�s environmental restoration program support services. A continuing need is anticipated for the Utah requirement which is currently being fulfilled through current contract # W91ZLK-13-D-0010 TO 03, W91238-15-P-0075, and W912PP-13-D-0010 DO CM-01. Documentation submitted in response to this notice is due no later than 21 Jul 2020, 12 noon (CDT). Responses shall not exceed 10 pages (8 1/2 X 11), Times New Roman font of not less than 10 pitch. Bulleted responses are acceptable. Please provide the following: 1. Discuss your ability to perform the stated efforts provided in the Draft PWS, to include experience in working with the Army�s environmental restoration program support services, the Army Defense Environmental Restoration Program, and Base Realignment. 2. To facilitate in making a capability determination, provide a brief outline of past performance/previous experience (within the past 5 years) on similar type work outlined in the Draft PWS to include dollar value, Contracting Organization, Contract number, prime or subcontract designation, type of work involved, complexity, timeframe, and government or commercial, as well as address the following: � Performed required O&M. � Performed required LTM. � Performed required LUC and PCP Inspection, Repair, and Reporting. � Assisted with Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) 121(c), RCRA, or periodic reviews required at the site(s). � Corrected any deficiencies noted in the CERCLA 121(c), RCRA, or other periodic reviews performed at the installations for the sites in the contract during execution of the contract, including, modifying the monitoring parameters and/or frequency of existing wells, installation and sampling of additional wells to properly characterize contamination, or other activities deemed necessary to correct the deficiencies. � Developed and implemented approved exit/ramp down strategies and optimizing efforts and all the requirements to reduce long-term costs associated. � Performed routine maintenance and appropriate upgrades (such as for optimization). Examples of routine maintenance and upgrades include but are not limited to fence repair, monitoring well replacement, pump replacement or repair, and replacement of carbon and other expendables consumed during the operations and/or monitoring efforts. 3. Provide recommendations to improve the approach/specifications/draft PWS to acquiring the identified services. In addition to the 10-page documentation stated above, in the cover letter to this response please provide the name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. Your package shall be received by the MICC Environmental Division, not later than 21 Jul 2020, 12 noon CDT. All documentation shall be forwarded to ALL of the following: Cindy Hildner, Contracting Officer, email: cindy.c.hildner.civ@mail.mil, and Javelin Carouthers, Contract Specialist, email: javelin.m.carouthers.civ@mail.mil; Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the beta SAM notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b258bab1f8f948f383b42b3250d0c489/view)
- Place of Performance
- Address: Tooele, UT 84074, USA
- Zip Code: 84074
- Country: USA
- Zip Code: 84074
- Record
- SN05719576-F 20200715/200713230153 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |