Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 30, 2024 SAM #8159
SOURCES SOUGHT

99 -- SOURCES SOUGHT FOR ENVIRONMENTAL ENTERPRISE ACQUISITION STRATEGY (EEAS)

Notice Date
3/28/2024 9:04:31 AM
 
Notice Type
Sources Sought
 
Contracting Office
W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F24E002
 
Response Due
3/30/2024 12:00:00 PM
 
Archive Date
04/14/2024
 
Point of Contact
Jennifer Gilbreath, Tyler P. Hegge
 
E-Mail Address
jennifer.c.gilbreath@usace.army.mil, tyler.hegge@usace.army.mil
(jennifer.c.gilbreath@usace.army.mil, tyler.hegge@usace.army.mil)
 
Description
28 MARCH 2024-� If you are receiving an error using the link, please use the attached form/s. Please ensure you are NOT copying and pasting within the questionnaire (https://einvitations.afit.edu/inv/anim.cfm?i=846736&k=0A65440E7851). The attached questions are provided for reference/submission only if the link is NOT operable. All responses will be accepted through the the PDF attached or Word document to both primary and secondary contacts on this posting.� ________________________________________________________________________ SOURCES SOUGHT ANNOUNCEMENT NO. W9128F24E002 ENVIRONMENTAL ENTERPRISE ACQUISITION STRATEGY (EEAS) for INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD TASK ORDER CONTRACTs (MATOCs) FOR ENVIRONMENTAL REMEDIATION SERVICES (ERS), ENVIRONMENTAL ENGINEERING SERVICES, and ENVIRONMENTAL CONSULTING SERVICES (ECS) 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. � Support of the environment is one of the primary missions of the United States Army Corps of Engineers (USACE). USACE supports environmental stewardship and environmental cleanup for various Department of Defense (DoD) and Interagency and International Support (IIS) customers, to include the Environmental Protection Agency (EPA). USACE also supports numerous environmental regulatory programs, to include the Formerly Utilized Sites Remedial Action Program (FUSRAP), the Military Munitions Response Program (MMRP), the Superfund and Brownfield�s programs, and environmental cleanups at Formerly Used Defense Sites (FUDS). USACE is also actively involved in providing technical and management support to multiple customers for the remediation of Hazardous, Toxic, and Radioactive Waste (HTRW) including support to MMRP and other related environmental missions. In support of these efforts, USACE is establishing an enterprise-wide acquisition strategy that will provide participating Districts and divisions with an extensive suite of contract vehicles that can be utilized to meet various core missions over a multi-year period. This initiative is called the Environmental Enterprise Acquisition Strategy (EEAS). Note: A similar Acquisition Strategy and Plan referred to as the Multiple Acquisition Government Acquisition (MEGA) was approved by USACE in 2011. USACE is seeking information from interested, qualified Small Business Community (SBC) members (for example, Small Businesses (SB), 8(a), HUBZone, 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 the following North American Industrial Classification System (NAICS) codes: 541330 � Engineering Services � SB Size Standard: $25.5M Typical tasks to be performed under an Environmental A-E Services IDIQ contract include air quality corrective action plans and projects; water resources corrective action plans and projects; CERCLA studies and design performed as a single project; design of corrective actions in accordance with RCRA; and NEPA documentation. 562910 � Environmental Remediation Services (ERS) � SB Size Standard: 1000 Employees Task orders typically support requirements of the Resource Conservation and Recovery Act, the Comprehensive Environmental Response, Compensation and Liability Act, MMRP, the Clean Air Act, and other related Federal Programs in addition to State/Local specific regulations/requirements dealing with hazardous waste management/disposal and with Underground Storage Tanks, and other fuels related issues. Remedial actions may address both regulated and non-regulated toxic substances. Military Munitions Response Program (MMRP) and Preplaced Remedial Action Contracts (PRAC) services may also fall under this NAICS code. 541620 � Environmental Consulting Services (ECS) � SB Size Standard: $19.0M The types of consulting and compliance services to be included are Environmental Remediation support; environmental compliance, conservation and planning; cultural and natural resources; solid waste management; range management; and environmental data management. The coverage area for these services is anticipated to be United States, including Hawaii, Alaska, and the U.S. territories. All qualified, interested, capable firms are highly encouraged to respond to this sources sought announcement.� SUBMISSIONS/RESPONSES Responses to this Sources Sought Announcement shall be submitted via the following link: https://einvitations.afit.edu/inv/anim.cfm?i=846736&k=0A65440E7851
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4051bb14cc95453797ac6720f3a6ba04/view)
 
Place of Performance
Address: Omaha, NE, USA
Country: USA
 
Record
SN07013470-F 20240330/240328230050 (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.