SOURCES SOUGHT
99 -- ENVIRONMENTAL REMEDIATION SERVICES SOURCES SOUGHT
- Notice Date
- 2/22/2023 5:17:07 AM
- Notice Type
- Sources Sought
- NAICS
- 562910
— Remediation Services
- Contracting Office
- W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F23SE001
- Response Due
- 3/14/2023 3:00:00 PM
- Archive Date
- 03/31/2023
- Point of Contact
- Michelle M. Alcover, Melanie A. Caines
- E-Mail Address
-
michelle.m.alcover@usace.army.mil, melanie.caines@usace.army.mil
(michelle.m.alcover@usace.army.mil, melanie.caines@usace.army.mil)
- Description
- SOURCES SOUGHT ANNOUNCEMENT NO. W9128F23SE001 INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) FOR ENVIRONMENTAL REMEDIATION SERVICES (ERS), NORTHWESTERN DIVISION AND APPROVED CUSTOMERS, USACE This is a SOURCES SOUGHT ANNOUNCEMENT FOR ACQUISITION PLANNING PURPOSES ONLY AND IS NOT A PRE-SOLICITATION NOTICE OR SOLICITATION ISSUANCE. Response to this request for information (RFI) is strictly voluntary and will not affect any business's ability to submit an offer, should a solicitation be released. There is no solicitation document associated with this announcement; this is not a request for proposal (RFP). The requested information is for acquisition planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of contractors' information. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. This RFI constitutes a market research tool for the collection and analysis of information to determine capabilities and capacity of interested contractors. � The Omaha District, U. S. Army Corps of Engineers is seeking information from interested, qualified Small Business Community (SBC) members (for example, Small Businesses (SB), 8(a), HUBZone, Small Disadvantaged Businesses (SDB), Service Disable Veteran Owned Small Businesses (SDVOSB), Women Owned Small Businesses (WOSB), as well as other-than-Small Business firms (�Large� businesses) that are capable of providing services under North American Industrial Classification System (NAICS) code 562910 � Environmental Remediation Services (ERS), which has a small business size standard of 750 employees. All qualified, interested, capable firms are highly encouraged to respond to this sources sought announcement.� Prior Government contract work is not required for submitting a response to this sources sought synopsis. SCOPE OF REQUIREMENT This ERS contract will support work for hazardous toxic and radioactive waste (HTRW) sites and Munitions and Explosive Concern (MEC) sites. Services may include, but are not limited to, the assessment, inspection, investigation, study, control, characterization, containment, removal and/or treatment of environmental contamination from pollutants, toxic substances, perfluorinated compounds, radioactive materials, and hazardous materials. ERS projects include both civilian and military agencies of the Federal Government. This contract for ERS will include services related to requirements of the Resource Conservation and Recovery Act (RCRA), the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA), the Environmental Protection Agency (EPA) Emerging Contaminate Program; the National Oil and Hazardous Substances Pollution Contingency Plan (NCP), Military Munitions Response Program (MMRP), the Clean Water Act, the Clean Air Act, National Environmental Policy Act (NEPA), National Historic Preservation Act, Endangered Species Act and other related Federal Programs in addition to State/Local specific regulations/requirements dealing with hazardous waste management/disposal, radioactive waste/mixed waste management/disposal, and with Underground Storage Tanks (USTs), and other fuels related issues. The ERS activities include preliminary assessments, site inspections, remedial investigations, feasibility studies, and site remediation including excavation/removal of contaminated soil, off-site disposal of contaminated soil, and installation of treatment systems. The ERS actions may address both regulated and non-regulated toxic substances and emerging contaminants. As part of any site remediation activities, construction (for example, treatment plant construction, potable water hook-ups, temporary site stabilization, drainage modifications, etc.) may also be included in this contract. See also footnote on the SBA Table of Size Standards related to NAICS 562910. TYPES OF CONTRACTS Contracts are intended to be procured in accordance with FAR Part 15. It is projected that each contract awarded may have an ordering period of seven (7) years from the date of award, via some combination of base and option years (for example, five-year base plus one two-year option period). The number of RFPs and dollar capacity to be awarded is undetermined at this time. Task orders are intended to be firm-fixed-price or cost reimbursable. Task orders may range from approximately $2,500,000 to $30,000,000. SUBMISSIONS/RESPONSES Responses to this Sources Sought Announcement/RFI shall be in a single PDF document and should include the following information (item numbers (1) through (6) below). Cover letters, and extraneous materials are NOT desired. Materials, documents, web links, etc. incorporated by reference in responses will not be accessed by the Government for inclusion; all responses must be self-contained, to address the following items. (1) Firm name, address, point of contact, phone number, and e-mail address. (2) Firm Unique Entity Identifier (UEI) and CAGE Code (3) Firm business size in relation to NAICS code 562910 � ERS, which has a small business size standard of 750 employees, AS WELL AS TYPE(S) OF SMALL BUSINESS (SB, SDV, SDVOSB, 8(a), etc.). (4) Identify location in which your company normally performs work and also identify location in which your company would be likely to compete for work under this proposed MATOC. Options include: NWD boundaries, Contiguous 48 states, Alaska, Hawaii, Puerto Rico, Northern Mariana Islands, American Samoa, Guam, U.S. Virgin Islands, and U.S. Outlying Islands (as defined by FAR Part 2, Subpart 2.1) (5) Experience: Provide any information you believe would assist the Government in understanding the capabilities, competence, and history in performing similar services to the Government. Examples include, project example narratives, capability statements, project portfolios, corporate advertisements, historical records, etc. Please provide details of the submissions such as, NAICS codes used, customer point of contact and contact information, dates, durations, and project values. (6) Has your company previously provided remedial action construction services under NAICS 562910 with successful outcomes? If so, please describe the construction elements of projects performed. (7) Capacity to accomplish the work. Demonstrate capability and capacity to perform services on multiple large task order awards concurrently. How can the responding firm accommodate this scenario? Does your firm have experience doing so? Be specific regarding dollar amounts, position titles, and quantities of personnel that could support requirements and ability to meet schedules. (8) Has your company previously been awarded a Cost Reimbursable (as defined by FAR Part 16, Subpart 16.3) contract by the Department of Defense? (9) Has your company�s accounting system been audited by DCAA and/or has your company�s accounting system been determined to be acceptable by DCAA/DCMA as part of a pre-award survey or other method within the last three years from the date of your response to this submission? (10) Over the past five years, approximately what percentage (1-20%, 21-40%, 41-60%, 61-80%, 81-100%, None) of your company�s contracts have been Cost Reimbursable (as defined in FAR Part 16, Subpart 16.3). -------------------- Responses to this Sources Sought Announcement are due no later than close of business, Tuesday, March 14th, 2023. Email your response to Melanie Caines at Melanie.A.Caines@usace.army.mil and Michelle Alcover at Michelle.M.Alcover@usace.army.mil. Service providers must be registered in SAM (www.SAM.gov) to be eligible for award of Government contracts.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f4f21a632b174a28bfc0aed102682402/view)
- Record
- SN06598987-F 20230224/230222230121 (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 |