Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2024 SAM #8184
SOURCES SOUGHT

99 -- Environmental Remediation Services

Notice Date
4/22/2024 8:33:58 AM
 
Notice Type
Sources Sought
 
Contracting Office
W076 ENDIST TULSA TULSA OK 74137-4290 USA
 
ZIP Code
74137-4290
 
Solicitation Number
W912BV24SSTH01
 
Response Due
5/23/2024 12:00:00 PM
 
Archive Date
06/07/2024
 
Point of Contact
Terry Hawkins, Phone: 9186697022, Brenda K. Anderson, Phone: 9186697274
 
E-Mail Address
Terry.L.Hawkins@usace.army.mil, brenda.k.anderson@usace.army.mil
(Terry.L.Hawkins@usace.army.mil, brenda.k.anderson@usace.army.mil)
 
Description
SOURCES SOUGHT SYNOPSIS For�Environmental Remediation Services This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will be notified of results of sources sought upon request. The U.S. Army Corps of Engineers � Tulsa has been tasked to solicit for and award a Single Award Task Order Contract (SATOC) with a capacity of $9,900,000. Proposed project will be a competitive, firm-fixed price, indefinite, delivery-indefinite quantity contract procured in accordance with FAR 15, Negotiated Procurement using �Best Value� trade-off process. The type of set-aside decision(s) to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, WOSB businesses are highly encouraged to participate. The Government is seeking experienced sources capable of providing environmental remediation services (ERS) ancillary to refurbishment of USACE powerhouse turbines and associated appurtenances (refurbishment by others). Typical efforts may include removal and abatement of asbestos containing materials (ACM), cleanup and abatement of heavy metals dust including certification of clean environments, lead paint/PCB abatement, and reporting. Work areas may be in confined spaces and/or near leading edges requiring use of fall arrest systems. Additionally, ERS services may be required on or around highly critical and sensitive generation equipment that will require specialized removal or cleaning procedures to not damage existing adjacent surfaces/equipment. Work will require the environmental contractor to coordinate closely with USACE and the turbine refurbishment contractor(s). The environmental contractor must have the capacity to perform ERS on short notice under multiple concurrently issued task orders. The SATOC will be administered by the USACE Southwest Division (SWD) Regional Planning and Environmental Center (RPEC). The ordering period for task orders will be 5 years. Task orders issued under the SATOC will primarily be for ERS ancillary to refurbishment of USACE powerhouse turbines but may include other ERS work as assigned within the USACE SWD area of responsibility (AOR). The contract period of performance (PoP) is for a Base of 3 Years and one 2-Year Option, for a total PoP of 5 Years. The estimated minimum size of a task order is $15,000 (e.g., encapsulating lead paint on handrails). The estimated maximum size of a task order is $750,000 (e.g., ERS ancillary to refurbishment of USACE powerhouse turbines and appurtenances). The Contractor must have ability to perform up to 3 task order(s) simultaneously. The North American Industry Classification System code for this procurement is 562910 Environmental Remediation Services which has a small business size standard of 1000 employees. Small Businesses are reminded under FAR 52.219-14, Services (except construction), firm will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. Prior Government contract work is not required for submitting a response to this sources sought synopsis. However, all construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations. Anticipated solicitation issuance date is on or about 3 June 2024, and the estimated proposal due date will be on or about 2 July 2024. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov, inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm�s response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm�s name, address, point of contact, phone number, and e-mail address. 2. Firm�s interest in bidding on the solicitation when it is issued. 3. Firm�s capability to perform the magnitude and complexity outlined in the Scope of Work above (include firm�s capability to execute construction or services- comparable work performed within the past 5 years): Brief description of the project, customer name, timeliness of performance, and dollar value of the project) � provide at least 3 examples. 4. Firm�s Business Size � LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. 5. Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable Interested Firm�s shall respond to this Sources Sought Synopsis no later than 1400 CST on 23 May 2024. All interested firms must be registered in SAM to be eligible for award of Government contracts. Mail or email your response to Terry Hawkins: USACE Tulsa District, 2488 E. 81st St. Tulsa, OK 74137; Terry.L.Hawkins@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/02b08906776c4bd58a7483f8bd271ed5/view)
 
Place of Performance
Address: Tulsa, OK 74137, USA
Zip Code: 74137
Country: USA
 
Record
SN07038958-F 20240424/240422230100 (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.