Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2021 SAM #7106
SOURCES SOUGHT

F -- Yakima Training Center Environmental Services Support

Notice Date
5/14/2021 8:05:22 AM
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
W6QM MICC-JB LEWIS-MC CHORD JOINT BASE LEWIS MCCH WA 98433-9500 USA
 
ZIP Code
98433-9500
 
Solicitation Number
PANMCC_21_P0000012310
 
Response Due
6/14/2021 1:30:00 PM
 
Archive Date
06/29/2021
 
Point of Contact
Brett J. Harrison, Phone: 2539663491, Angela K. Chaplinski, Phone: 2539663489
 
E-Mail Address
brett.j.harrison2.civ@mail.mil, angela.k.chaplinski.civ@mail.mil
(brett.j.harrison2.civ@mail.mil, angela.k.chaplinski.civ@mail.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
Mission and Installation Contracting Command (MICC), Joint Base Lewis- McChord (JBLM), Washington, is conducting preliminary planning market research to obtain information from potential and eligible contractors for Environmental Services support at Joint Base Lewis-McChord, Yakima Training Center (JBLM YTC) (Directorate of Public Works) Environmental Division (ED). The applicable North American Industry Classification System (NAICS) code is 541620 Environmental Consulting Services, and the small business size is $16.5 million per annum. In accordance with Federal Acquisition Regulation (FAR) 10.001(a)(3)(i), in order to determine if sources capable of satisfying the agency need exists, the Government will consider all Sources Sought (SS) responses received, particularly those received from small businesses. Responses to this SS permits the contracting officer, in accordance with FAR 19.203(c), to consider an acquisition for small business socioeconomic concerns (e.g., 8(a), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Woman-Owned Small Business (WOSB) programs) and to consider a small business set-aside (see 19.502-2(b)). Small businesses, in all socioeconomic categories, are highly encouraged to identify capabilities in meeting the requirements at fair market prices. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform services related to National Environmental Policy Act (NEPA), Environmental Compliance and Pollution Prevention; and Cultural, Wildlife, and Natural Resources support at JBLM YTC.� Specific programs include:� NEPA, Air, Water, Resource Conservation and Recovery Act (RCRA), Emergency Planning and Community Right-to-Know Act (EPCRA), Safe Drinking Water Act (SDWA), Pollution Prevention (P2), Toxic Substances, and environmental Compliance; and Cultural, Wildlife, and Natural Resources. Support activities required by the Contractor include collection, analysis and reporting of data; develop and provide training and briefings; review, update, and provide comments for reports and plans and other environmental documents; assist with obtaining and complying with operational permits (e.g., monitoring, reporting, and preparation of applications); inspections, audits, reports, and corrective action recommendations; regulated and non-regulated waste management support; and other support related to Environmental Compliance, NEPA, Cultural Resources, Wildlife, Natural Resources, and P2 programs. Please see attached draft Performance Work Statement (PWS) for additional information. The PWS is subject to change. Interested contractors should have a successful history of relevant experience in the performance of environmental services contracts. The proposed contract shall be for a 1-year base period and four 1-year option periods. The expected magnitude is more than $5,000,000 (for base and option periods). Respondents shall submit a capability statement demonstrating its environmental support services projects. Capability statements for this sources sought are not expected to be proposals, but rather statements regarding the company's existing experience within the last 5 years. The goal is to gain an understanding of availability of qualified, experienced firms that are interested in proposing. Narratives shall include the following in this order: 1. State the full name of your firm to include address, point of contact, point of contact phone number and email address, including Data Universal Numbering System (DUNS) number and Commercial and Government Entity (CAGE) Code. 2. State if your company is a certified 8(a), Small Disadvantaged Business, HUBZone Small Business, Woman-Owned Small Business, Service Disabled Veteran Owned Small Business, or Small Business. 3. State your firm's/venture's current bonding capability to include single and aggregate amounts. 4. A statement of your intention to submit an offer/bid when the solicitation is issued. 5. In the event of a future solicitation, would you bid on this requirement as a sole contractor, prime contractor with subcontractor(s), or as a joint venture. 6. Provide evidence of recent experience (past 5 years) in work similar in type and scope as the Prime contractor. For each contract/project submitted, include the Contract Number, Project Title and Description, Award and Completion Dates, Dollar Value of Contract, Points of Contacts for each contract to include current telephone numbers and email addresses. 7. Describe the professional qualifications and specific experience of key personnel identified that likely will perform work under the contemplated contract. 8. Any other information deemed pertinent that will aid in our assessment of the firm's capabilities. Interested potential contractors shall limit their response to this sources sought notice to a maximum of 10 pages. If issued, all notices, the Request for Proposal, and related documents or updates will be available solely on the new beta.SAM.Gov website commonly known as Contract Opportunitie. � Interested sources shall submit responses no later than 4:30 PM Pacific Standard Time (PST) on 14 June 2021 via e-mail to Brett Harrison Brett.j.harrison2.civ@mail.mil�with a courtesy copy to Angela Chaplinski at angela.k.chaplinski.civ@mail.mil. Include any comments or questions you may have. Telephone requests for technical information will not be honored. This Sources Sought Notice is submitted in accordance with 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997). The firm must be registered in System for Award Management (SAM) http://www.sam.gov/portal/public/SAM/, with the socioeconomic status NAICS codes specified in the information Contractor provides in response to this Sources Sought. This notice is issued solely for information and planning purposes - it does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), Request for Proposal (RFP) or a promise to issue an IFB, RFQ or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and 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 IFB, RFQ or RFP if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry (betaSAM� https://beta.SAM.gov/). It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ca1e4c4099e34fa3960d9717de072a69/view)
 
Place of Performance
Address: Yakima, WA 98901, USA
Zip Code: 98901
Country: USA
 
Record
SN06002891-F 20210516/210514230120 (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 |
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.