SOURCES SOUGHT
R -- Quality Assurance (QA) Services to Support Southern California Wildfires
- Notice Date
- 1/24/2025 3:21:58 PM
- Notice Type
- Sources Sought
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- Contracting Office
- W075 ENDIST LOS ANGELES LOS ANGELES CA 90017-3409 USA
- ZIP Code
- 90017-3409
- Solicitation Number
- W912PL25S0013
- Response Due
- 2/7/2025 12:00:00 PM
- Archive Date
- 02/22/2025
- Point of Contact
- Roger Minami, Procurement Analyst, Office of Small Business Programs
- E-Mail Address
-
kinya.r.minami@usace.army.mil
(kinya.r.minami@usace.army.mil)
- Description
- This is a non-personal services contract to provide emergency Quality Assurance (QA) services support to the California Wildfire debris removal mission for the U.S. Army Corps of Engineers. Contractor personnel performing under this contract shall not be subject to the supervision or control of Government personnel but shall be managed solely by the Contractor. The Government retains oversight responsibilities to ensure compliance with contract requirements. The Contractor shall provide QA services in support of debris monitoring and compliance verification, ensuring adherence to federal and USACE debris management policies. QA services will be provided at multiple locations in Southern California affected by wildfires. The scope may include monitoring and compliance verification for 1 to 12,000 parcels, depending on the extent of debris removal operations authorized under this mission. The Contractor shall provide any services assigned in relation to required preparedness activities, emergency response, recovery or mitigation under Public Law 84-99, Public Law 93-288 (The Stafford Act) to include, but not limited to, Federal Emergency Management Agency (FEMA) Emergency Support Function 3 and the Infrastructure Systems � Recovery Support Function. Services shall include quality assurance related to any/all aspects of a debris monitoring and compliance verification , or technical monitoring mission. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to perform the services as defined in the Statement of Work. The Contractor�s role is purely QA oversight, not actual removal work. Services furnished shall consist of representing the Government as the on-site inspector responsible for the inspection of various types of facilities, to include debris removal. Services shall consist of inspection and monitoring of contractor-performed Private Property Debris Removal (PPDR) debris removal operations, provide verification and quantify debris for load calls, monitor debris reduction and final disposal of debris. Document labor, materials and equipment used by contractors, mechanical and electrical inspection of hook up connections for temporary facilities such as mobile homes and trailers, monitoring contractors� safety procedures and inspecting quality of work during the period of the contract. Services include the development and review of scopes of work for debris monitoring activities, oversight of debris removal contractors, and the compilation of data for quality assurance reports including written descriptions, photographs, sketches, square feet of materials installed, charts, and quantity of debris collected, hauled, processed and disposed. Services shall also include verification that the contractors� quality control measures are effective and that all debris management activities comply with U.S. Army Corps of Engineers standards and regulatory requirements. Performance requires furnishing personnel of adequate numbers and qualifications to inspect general construction under contract with the Government ensuring compliance with EM 385-1-1 (Safety Manual) and the safety program established by the contractors. See: https://www.publications.usace.army.mil/USACE-Publications/Engineer-Manuals/ Please submit your capabilities/capacities to this sources sought to: Roger Minami at kinya.r.minami@usace.army.mil. Submissions will be accepted in the following sequence: First Round of Submissions: 26 January 2025 (Sunday) at 12PM Second Round of Submissions: 31 January 2025 (Friday) at 12PM Third Round of Submissions: 7 February 2025 (Friday) at 12PM Please include in your submission responses to the questions below: Offeror's name, address, point of contact, Unique Entity ID in SAM and phone number and email address. How many QAs can you mobilize in the first 30, 60, 90 days. Confirm whether or not you can perform up to 24-hour operations, 7 days a week. Please identify which subcontractors are part of your team? Please identify what potential roles each subcontractor would be performing. Please identify the number of personnel and skill sets they have to assist in the recovery. What are your Home Office Overhead and G&A rate(s)? Past performance/experience on projects of similar scope and magnitude, describing no more than three (3) projects within the last (6) years that are complete. Past performance info to include: (Project Title and Location)(general description to demonstrate relevance to proposed project)(dollar value)(agency or gov entity for which the work was performed with contact info if possible) CPARS or related ratings information Business and business size (whether small business, SDB/8(a), WOSB, HUBZone, SDVOSB or other than small business (OTSB). Joint venture info if applicable All interested firms must be registered and current in the System for Award Management (SAM) to be eligible for award of Government contracts. Please submit materials in PDF This notice IS NOT a solicitation. No reimbursement will be made for any costs associated with providing information in response to this notice. Items above subject to change. This is not a request for proposals/RFP. No award will result from this notice. This notice does not constitute any commitment by the Government. If you have any comments or questions, please feel free to contact Roger Minami anytime. Should there be an industry day associated with this notice, no reimbursement will be made for travel or other expenses.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cb957f83596244a193c46f20a645e1fd/view)
- Place of Performance
- Address: CA 90272, USA
- Zip Code: 90272
- Country: USA
- Zip Code: 90272
- Record
- SN07323061-F 20250126/250124230103 (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 |