Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2024 SAM #8285
SOURCES SOUGHT

F -- Environmental Remediation Services (ERS)

Notice Date
8/1/2024 1:28:20 PM
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
W2SN ENDIST ALASKA ANCHORAGE AK 99506-0898 USA
 
ZIP Code
99506-0898
 
Solicitation Number
W911KB25R0012
 
Response Due
8/30/2024 3:00:00 PM
 
Archive Date
09/14/2024
 
Point of Contact
Tracy Wickham, Phone: 9077532543, Phil Charles, Phone: 9077535579
 
E-Mail Address
tracy.l.wickham@usace.army.mil, phil.charles@usace.army.mil
(tracy.l.wickham@usace.army.mil, phil.charles@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
W911KB25R0012-- Environmental Remediation Services (ERS) Indefinite-Delivery Indefinite-Quantity (IDIQ), MATOC, Alaska, U.S. Pacific Command (USPACOM), and POD areas of responsibility (AOR) in locations that may include Hawaii, Japan, Korea, and Guam. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY.� The US Army Corps�of Engineers is conducting market research to facilitate�a determination of acquisition strategy.� The determination of acquisition strategy for this acquisition lies solely with the government and will be based on this market research and information available to the government from other sources. The U.S. Army Corps of Engineers, Alaska District, is conducting this market research to identify businesses which have the capability to perform the following work: DESCRIPTION OF WORK:� Environmental work to be executed under this planned ERS strategy includes a full range of environmental remediation services necessary for investigations, studies, engineering support, remedial designs, removal and remedial actions and operations and maintenance activities in support of the various POA environmental programs. Capabilities are sought for firms possessing unique areas of expertise or lines of business to include; execution of ERS projects in support of Alaska District customers; as well as projects executed under the FUDS program, working with and on military installations/bases, remote site logistics, transportation by land, sea and air, and ability to work in extreme environmental conditions including north of the arctic circle, the Aleutian Islands, and interior Alaska if necessary. Most work is anticipated at locations such as Fort Wainwright, Eielson Air Force Base, Joint Base Elmendorf Richardson, Fort Greely Alaska, Clear Space Force Station, Eareckson Air Station, Kodiak Island and other areas of concentrations of federal facilities, as well as various other Alaska locations that include remote locations with harsh environments and challenging logistics. This includes the Aleutians Islands and sites in the remote arctic. For more information on the Alaska District, please visit the following link: http://www.poa.usace.army.mil�� CONTRACT INFORMATION:� The U.S. Army Corps of Engineers, Alaska District anticipates an Indefinite-Delivery Indefinite-Quantity (IDIQ) MATOC with a 5 of years �ordering period and an estimated total contract value of $110-140M.� The Government anticipates awarding up to five (5) contracts, and the contract amount of $110 -$140M will be shared by the successful offeror(s). It is anticipated that 95% Task Orders issued under these contracts will be performed within the State of Alaska, which may include interior, coastal, and Aleutian Islands areas with 5% anticipated to be performed outside Alaska within the POD AOR. The applicable North American Industry Classification System (NAICS) code is 562910, Environmental Remediation Services, and the related small business size standard is 1000 Employees (EMP).� THIS IS A SOURCES SOUGHT FOR QUALIFIED SMALL BUSINESS PRIME CONTRACTOR FIRMS ONLY. �All interested firms are encouraged to respond to this announcement no later than 30 August 2024, 2:00 PM Alaska Daylight Savings �Time, by submitting all requested documentation listed below to: US Army Corps of Engineers, Alaska District, via email to tracy.l.wickham@usace.army.mil and phil.charles@usace.army.mil. Interested firms should submit a capabilities package (not exceeding 5 pages) demonstrating the ability to perform work listed above. Packages should include the following information: (1)� Business name, address, point of contact including email address and business size under NAICS �562910 (2)� Identification of business type.� If a small business, identify small business type (HUBZone, SDVOSB, 8(a), Woman Owned Small Business, etc) (3)� CAGE Code and Unique Entity ID Number (4)� Demonstration of the firm's experience as a prime contractor on projects of similar size, type and complexity within the past five years.� List actual projects completed and include project title and location, a brief description of the project to include dollar amount of the project and work that was self-performed. (5) Are you considering submitting a proposal as a prime contractor? Responsible sources demonstrating relevant experience and the capabilities to perform the work will be considered.� System for Award Management (SAM), as required by FAR 4.1102 and 4.1201, will apply to this procurement.� Prospective contractors must be registered prior to award. Lack of registration in the SAM database will make an offeror ineligible for award. Information on SAM registration can be obtained via the Internet at https://www.sam.gov/SAM/��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/37317ffeac104a3c9ae4d7d9a6c0b0bc/view)
 
Place of Performance
Address: AK, USA
Country: USA
 
Record
SN07153812-F 20240803/240801230157 (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.