SOURCES SOUGHT
99 -- Fence to Fence (F2F) Environmental Services at Joint Base McGuire-Dix-Lakehurst, NJ; Hanscom Air Force Base (AFB), MA; New Boston AFS, NH; and Rome Labs, NY
- Notice Date
- 5/18/2021 7:18:05 AM
- Notice Type
- Sources Sought
- NAICS
- 562910
— Remediation Services
- Contracting Office
- W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
- ZIP Code
- 21201-2526
- Solicitation Number
- W912DR21R0042
- Response Due
- 5/24/2021 9:00:00 AM
- Archive Date
- 06/08/2021
- Point of Contact
- Aaron Jones, Phone: 4109620674, Nicole Brookes, Phone: 4109622935
- E-Mail Address
-
Aaron.G.Jones@usace.army.mil, nicole.c.brookes@usace.army.mil
(Aaron.G.Jones@usace.army.mil, nicole.c.brookes@usace.army.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL.� THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.� This is a Sources Sought Notice, and is for information/market research purposes only.� THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS.� The U.S. Army Corps of Engineers, Baltimore District (hereinafter the Baltimore District), seeks to determine the interest, availability, and capability of potential sources to satisfy an upcoming requirement.� The Baltimore District requests capability statements from any Small Business concerning the potential project described below. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE.� The Government will not pay for any material provided in response to this market survey nor return the data provided.� This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. Project Description: The requirement is for an Environmental Services contract to support the Air Force at Joint Base McGuire-Dix-Lakehurst, NJ; Hanscom AFB, MA; New Boston AFS, NH; and Rome Labs, NY and encompasses the full range of methods, technologies, and supporting activities necessary to conduct environmental operations and services efforts to address F2F compliance needs.� Each installation requires support in one or more of the following programs: Hazardous Waste (HW), Hazardous Material Management, Environmental Sampling and Analysis, Air Quality, Wastewater and Stormwater, Drinking Water, Natural Resources Management, Cultural Resources Management, Solid Waste Management, Pollution Prevention, Petroleum Oil and Lubricants Management, Storage Tank Environmental Compliance and Toxic Substances Control Act (TSCA), as needed/regulated by state or region. �The period of performance for this contract will be five (5) years. General Scope and Requirements: The Air Force Civil Engineer Center (AFCEC) is required to conduct F2F environmental operations to enable the mission, protect human health and the environment and comply with laws.� The goal of the F2F is to ensure the AF complies with environmental regulations, while effectively and efficiently managing the program in a performance-based, results-oriented, and cost-conscious framework.� It is the policy of DoD and AFCEC to use innovative and sustainable approaches to environmental management and technology to accomplish its mission. Sustainable approaches are considered to: not deplete resources, not cause environmental degradation, or impact human health. The Contractor shall utilize pollution prevention and sustainability initiatives as applicable. The Contractor shall operate in a manner that promotes energy management to include energy efficiency, use of renewable energy, and water conservation. The Contractor shall comply with each respective installation�s Environmental Management System (EMS). The Contractor shall function as an integral team member in support of the DoD mission, to include sharing of information with other DoD contractors and cooperation with communities, regulators, and other government entities. Contractor requirements shall include the efficient management of resources and timely submission of accurate deliverables and shall identify any developing solutions to impediments that may jeopardize successful project execution. Technical requirements include, but are not limited to, early involvement in the process to allow for the development of the most cost-effective and technically sound approach or solution. When GIS data is delivered as part of these Environmental Program requirements, the data shall adhere to current SDSFIE data standards as specified by AFCEC (or Air Force) Environmental GIS Program. The AFCEC client will rely on the Contractor�s expertise in recognizing and addressing problematic issues and successful execution of this project. Contractor experience and knowledge with the numerous federal and state regulatory requirements associated with each program (HW, Solid Waste, Air Quality, etc) is critical to success. Responses may be in any format, but should include the following: 1.Company name, address, phone number, and email address of the point of contact. 2.Indicate businesses size in relation to the NAICS code 562910.� Provide your company�s System for Award Management (SAM) Cage Code and DUNS number to verify your businesses status as a qualified Small Business.� Contractors must be registered in SAM at time of bid/proposal due date.� Please see https://sam.gov/SAM/ for additional registration information. 3.Indicate the primary nature of your business and an overview of your firm�s capabilities. 4.Please list (or tabulate) which States you have conducted full or partial programmatic compliance support and which areas (e.g., air, stormwater, haz waste, etc.) 5.Provide at least two (2) but no more than three (3) examples of projects similar to requirements described above that have been completed within the past three years.� Narratives should include a description of the services performed, project references (including owner with phone number and email address), contract numbers, and size of project and/or capacities. Please include the following information for each project: ���� A.Types of facilities where you supported a partial or full environmental compliance program? Which programs and documents were you responsible for and in which states? (e.g., Title V Air Permit, Potential to Emit (PTE) Calculations, SWPPP, Biennial Reporting, etc.) What approach and tools did you use to track and organize multiple requirements for the project to keep the facility in compliance? Did you ever miss a regulatory deadline?� If so, please explain why ��� B.How many and for what types of facilities or projects have you conducted natural resources or biological monitoring?� Please ������� specify State(s). What tasks were completed? What documentation was required? ��� C. How many projects have you conducted multimedia sampling for compliance purposes and what was included?� Please ������� specify State(s). What type of documentation was required? ���� D. How many projects has your firm conducted that required consultation and ongoing support with Native American entities and ��������� Cultural Resources? Please specify State(s). What was the nature of the consultation? What documentation did you produce? 6. Identify any anticipated industry partners that your firm may utilize for this requirement.� In accordance with FAR 52.219-14, please confirm that the SB concern is capable of performing a minimum of 50% of the anticipated contract cost. SUBMISSION INSTRUCTIONS: THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this source sought is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered. Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this sources sought notice no later than 24 May 2021 by Noon (EST). There is a maximum page limitation of 10 pages with size 10 font. All responses under this Sources Sought Notice must be emailed to Aaron Jones, Contract Specialist � aaron.g.jones@usace.army.mil referencing the source sought notice number W912DR21R0042. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity please contact: Aaron Jones via email - aaron.g.jones@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9282ac7026d14035a2d1771f8da31bc0/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06006321-F 20210520/210518230121 (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 |