Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 11, 2023 SAM #7746
SOURCES SOUGHT

F -- REMEDIAL INVESTIGATIONS FOR PER- AND POLYFLUOROALKYL SUBSTANCES (PFAS) IMPACTED AREAS AT FOUR ARMY INSTALLTIONS

Notice Date
2/9/2023 10:26:42 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
W912DR23R0024
 
Response Due
2/24/2023 1:30:00 PM
 
Point of Contact
aaron Jones, Phone: 4109620674, Katie R. Marette, Phone: 4109620147
 
E-Mail Address
aaron.g.jones@usace.army.mil, katie.r.marrette@usace.army.mil
(aaron.g.jones@usace.army.mil, katie.r.marrette@usace.army.mil)
 
Description
This is a SOURCES SOUGHT announcement. This notice is for market research purposes only and IS NOT a request for proposal, quotation or bid. The Government will not reimburse respondents for any costs incurred in preparation of the response of this announcement. The U.S. Army Corps of Engineers (USACE), Baltimore District, is seeking sources with current relevant qualifications, experience, personnel and capabilities for remedial investigation (RI) services for PFAS impacted areas at the following Army installations: Joint Base Myer�Henderson Hall, Virginia; United States Military Academy West Point, New York; United States Army Carlisle Barracks, Pennsylvania; and Scranton Army Ammunition Plant, Pennsylvania. The intent of this contract is to support USACE and its customer in conducting Remedial Investigations, with the option to conduct Feasibility Studies, at sites located at the four aforementioned� installations with areas where aqueous film forming foam (AFFF) or other per- and polyfluoroalkyl substances releases have occurred. Specific performance objectives of the contract may include Project Management Plans (PMP), Remedial Investigation Work Plans with Uniform Federal Policy Quality Assurance Project Plans (UFP-QAPP), Remedial Investigations and Feasibility Studies, Community Relations Support, and providing Alternative Water Supply. The work under this contract shall be performed in compliance with the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), as amended, the National Contingency Plan (NCP) (40 CFR Part 300), and in compliance with United States Army Requirements and Guidance for field investigations including specific requirements for sampling for PFAS. The contract is anticipated to be awarded in the 4th quarter of FY23 with an eight (8) year period of performance. The following will be considered Key Personnel by the Government for this contract: Project Manager, Senior Scientist/Engineer, and Risk Assessor. Key personnel will be required to possess applicable qualifications such as education, relevant experience, and/or professional registration. Example of potential qualifications is as follows: Project Manager - The Project Manager will have the following qualifications: A college degree in engineering, geology, chemistry, or related field and professional registration. A minimum of seven (7) years Project Management experience, with a minimum of five (5) years in site characterization projects. Senior Scientist/Engineer - An advanced college degree in engineering, geology, chemistry, or related field. Professional registration, in their respective field, as appropriate. Ten (10) years� experience in technical leadership for other contracts/programs with a minimum of five (5) years working experience in site characterization. Senior Risk Assessor - An advanced college degree in engineering, geology, chemistry, or related field. Seven (7) years� experience in technical support for other hazardous waste projects with a minimum of five (5) years working experience in hazardous waste risk assessment. The Government is seeking to identify qualified large and small business sources under 2022 North American Industry Classification System (NAICS) code 562910 � Environmental Remediation Services. The small business size standard is 750 employees. Qualified sources are encouraged to submit responses to the following considerations. Please note the Government shall not reply or provide any evaluation of the responses. Please limit responses to a maximum of 5 pages in length. General Business Name. Business Address. Cage Code and DUNS Number. SAM Registration: Indicate if your company is currently registered with the Systems for Award Management (SAM) database. If not, indicate if it has been registered or if it plans to register. NAICS (list all NAICS under which your firm is registered). Responsible Point of Contact. Phone Number and Email Address. Small Business Classifications: (8(a) small business, service-disabled veteran owned small business, HUB Zone small business, Small Disadvantaged business, Woman Owned, Minority, Native American small business. (Indicate all applicable classifications and, if self-certified). Identification of Joint Ventures (Business Name, Business Size and Cage Code of JV) Capabilities Please provide a description of the services your company provides as it relates to the description of work provided in this notice as a prime contractor. Please provide a description of the range of geographic locations that can be supported by your company within the northeast region. Please provide a brief description of relevant PFAS experience to include contract number, types of services, dates of the contract performance, and value of the contract or task order. Small Business Considerations Large Business: Please provide a general description of subcontracting opportunities extended to small businesses, to include types of services and complexity of work, to include examples of past related projects. Small Business: Please provide a description of your company's capability to perform In Accordance With (IAW) FAR 52.219-14(e)(1). Comments will be shared with the Government and the project delivery team, but otherwise will be held in strict confidence. Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice NLT 4:30 P.M. Eastern Standard Time (EST) February 24, 2023. All responses under this Sources Sought Notice must be emailed to aaron.g.jones@usace.army.mil and katie.r.marrette@usace.army.mil referencing the sources sought notice number W912DR23R0024. 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 and Katie Marrette via email � aaron.g.jones@usace.army.mil and katie.r.marrette@usace.army.mil. Contracting Office Address: USACE District, Baltimore, 2 Hopkins Plaza, Baltimore, MD 21201
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3a13a78dfba747ae9c16eb5620e32230/view)
 
Record
SN06587918-F 20230211/230209230118 (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.