SOURCES SOUGHT
F -- Level Island Remedial Investigation and Groundwater Monitoring
- Notice Date
- 1/28/2025 2:36:44 PM
- Notice Type
- Sources Sought
- NAICS
- 562910
— Remediation Services
- Contracting Office
- 697DCK REGIONAL ACQUISITIONS SVCS FORT WORTH TX 76177 USA
- ZIP Code
- 76177
- Solicitation Number
- 697DCK-25-R-00163
- Response Due
- 2/7/2025 11:00:00 AM
- Archive Date
- 02/22/2025
- Point of Contact
- Sonia Holguin, Phone: 8172224397
- E-Mail Address
-
sonia.o.holguin@faa.gov
(sonia.o.holguin@faa.gov)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- The Federal Aviation Administration (FAA) contemplates issuing a Screening Information Request (SIR) for environmental services necessary to perform a remedial investigation at the FAA�s Level Island former landfill and conduct groundwater monitoring at various AOCs. The purpose of this pre-solicitation is to solicit statements of interest and capabilities from Small Business Administration (SBA) SEDB 8(a) certified business concerns capable of performing the type of work described in this notice. The Contractor will provide all equipment, supplies, labor, transportation, and supervision necessary to perform the tasks described in the scope of work (SOW), not attached. The SOW includes, but is not limited to, the following: Due to the nature and location of work utility locates do not need to be performed for this SOW Contractor must review existing sample results and perform an investigation to define the magnitude and the vertical and horizontal extent of contamination at the Former Landfill Contractor must install and develop 4 monitoring well as listed below, in accordance with ADEC�s Monitoring Well Guidance. After installation, Contractor must collect groundwater samples from all 4 new monitoring wells and the 2 existing wells(total of 6) using low-flow sampling methodology and submit the samples for laboratory analysis. Each sample must be analyzed for: RRO, DRO, GRO, PAHs, VOCs, RCRA metals, and dioxins. Contractor must collect 1 surface water sample at the nearest downgradient surface water location and submit the sample for laboratory analysis of RRO, DRO, PAHs, VOCs, RCRA metals, and dioxins; TAH and TAqH concentrations must be calculated for each surface water sample Following completion of all other remedial investigations the contractor shall prepare an updated ecological risk documents for the Former Landfill Contractor must collect one ISM-2 sample from 2 previously generated stockpiles Collect groundwater samples from various identified monitoring wells at two different AOCs Fieldwork expected to be completed April � September 2026 as weather permits. Note*** Level Island is not connected to the state�s road system and is accessible primarily by boat or float plane. There is an unimproved barge landing on the island�s west side and a gravel road running from the barge landing to the Landfill. There is no lodging, restroom facilities, or potable water available for Contractor use at Level Island. In order to better understand the market for this potential requirement, the FAA requests the following information from interested SEDB 8(a) certified vendors: 1. Name of Company (the resultant Prime contractor that may ultimately be awarded the subsequent contract) 2. Address 3. Point of Contact name, email address and telephone number 4. UEI Number 5. Relevant experience on similar projects within the last five years. Please provide specific contract numbers, contact names and email information to support claimed capabilities. The System for Award Management (SAM) registration for interested Contractors must show that they are an active SBA certified 8(a) program participant or the interested Contractor must provide a copy of their SBA 8(a) certification letter in their response to this notice to be considered for inclusion in the future solicitation. Please submit your capability statement and the above information to Sonia.o.holguin@faa.gov no later than February 7, 2025 at 1300 Central Daylight Savings Time. Failure to respond to this pre-solicitation will preclude a Contractor�s ability to receive a copy of the future solicitation. Limit complete responses to no more than five pages. Information will not be released; however, mark PROPRIETARY on all documents submitted, as applicable.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6b8c70c105dd43c6bc515c5e0d3095d8/view)
- Place of Performance
- Address: AK, USA
- Country: USA
- Country: USA
- Record
- SN07325632-F 20250130/250128230110 (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 |