SPECIAL NOTICE
F -- F--IL-CRAB ORCHARD NWR-LUST PROJECT
- Notice Date
- 2/4/2025 7:29:09 AM
- Notice Type
- Special Notice
- NAICS
- 562910
— Remediation Services
- Contracting Office
- FWS, SAT TEAM 2 Falls Church VA 22041 USA
- ZIP Code
- 22041
- Solicitation Number
- 140FS225Q0050
- Response Due
- 2/14/2025 1:00:00 PM
- Archive Date
- 03/01/2025
- Point of Contact
- Patrick, Lydia, Phone: 3086357851, Fax: 308-635-7841
- E-Mail Address
-
Lydia_Patrick@fws.gov
(Lydia_Patrick@fws.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- IL-CRAB ORCHARD NWR-Leaking Underground Storage Tank (LUST) PROJECT ******** AMENDMENT ONE (1) Two (2) documents (United Science Industries Lust Incident 941970 Site Classification Completion Report of July 113, 2000 and Drawing showing Maintenance Shop Enclosing Pump Station at LUST #941970) are attached that provide background information. Also included in this amendment are answers to questions received from an interested contractor. Question 1) For Task 1 (Additional Sampling), can U.S. Fish and Wildlife Service provide a defined scope of sample collection for consistency across bidder proposals? Or can the bidder propose their own sampling protocol that will meet ILEPA requirements? ANSWER: A copy of the United Science Industries Lust Incident #941970 Site Classification Completion Report dated July 13, 200 is provided. The contract shall evaluate the report and develop a sampling plan that will meet ILEPA requirements. The site shall be tested for BETX and PNAs based on the previous results as a minimum. If ILEPA guidance has changed for required sampling since this time, additional required sampling shall be conducted. Question 2) Is the U.S. Fish and Wildlife amenable to using a groundwater use restriction as part of the corrective action? ANSWER: Yes, the U.S. Fish and Wildlife is amenable to using a groundwater use restriction as part of the corrective action. Question 3) Is U.S. Fish and Wildlife amenable to using a requirement for future buildings to be constructed as slab on grade or with full concrete basements and no sumps as part of the corrective action? ANSWER: Yes, the U.S. Fish and Wildlife is amenable to using a restriction for future buildings to be constructed on grade and on slab. We would never install a basement in this location. Question 4) Should costs for ""active"" remediation be included in this proposal, for example, installation of a vapor mitigation system to address potential vapor intrusion pathway should exceedances of this exposure route exist? Or would this type of work be considered a contract modification based on the analytical results? ANSWER: This would be considered a contract modification based on the analytical results and use of this location if needed. This site currently is used for cold storage no personnel are housed in this location. We may also consider a restriction of how this location is used. Question 5) Can the Agency consider extending the proposal deadline by one week until February 14th to allow for question responses? ANSWER: Yes, the request for quotation due date can be extended to February 14, 2025. ******** This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. U.S. Fish and Wildlife Service, JAO-Acquisition and Property Operation; offers a requirement for the Crab Orchard NWR, 6987 Headquarters Rd, Marion, IL 62959. This Request for Quotation (RFQ) is conducted under the procedures of FAR Parts 12 and 13, incorporating provisions and clauses in effect through Federal Acquisition Circular 2025-02 dated January 3, 2025. The North American Industrial Classification System (NAICS) code is 562910 Environmental Remediation Services and the business size standard is 1,000 employees. This requirement is a Total Set-Aside for Small Business. The Government does not intend to pay for any information provided under this synopsis. This requirement is for Leaking Underground Storage Tank (LUST) Project Testing and Report Writing . (Scope of Work attached). Line Item Number 00010 LUST Project Testing, Report Writing The government anticipates awarding a firm fixed price purchase order for this requirement. FWS' salient characteristics that will satisfy the Government's needs for its requirement of additional sampling, development of a work plan and Corrective Action Completion Report is as follows: Crab Orchard NWR is seeking a qualified contractor to conduct the testing and report writing for closure of the LUST Number 941970 per the attached Statement of Work. A complete statement of work (is attached). All bids are to be submitted as a complete job price to include sampling and report writing. Delivery Address: Crab Orchard NWR 6987 Headquarters Rd Marion, IL 62959 All responsible business sources may submit a quote, which shall be considered by the agency. Award will be made as a firm-fixed-price award. The basis of award is the lowest price technically acceptable which is determined to be fair and reasonable. Award will be made to a responsible source pursuant to FAR Subpart 9.1. Please submit your quotation on company letterhead with SAM Unique Entity Identifier (UEI) and point of contact phone and email address. No formal format is required as this is a combined synopsis/request for quote solicitation. Additionally, if your company holds a GSA contract that would apply to this requirement, please provide the contract number. Refer to FAR provision 52.212-1 Instructions to Offerors - Commercial Items for additional submission guidance. Requests for Information due: February 3, 2025 4:00 pm (MS) Quotes due: February 14, 2025 2:00 pm (MS) Offers received after this date and time will be considered non-responsive in accordance with 52.212-1(f) and will not be evaluated. Quotes may be emailed (lydia_patrick@fws.gov). Offerors must comply with all instructions contained Internet Payment Platform (IPP) DOI Electronic Invoicing, and in FAR 52.212-1, Instructions to Offerors - Commercial Items. The provisions at 52.212-2, Evaluation - Commercial Items apply to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose proposal will be most advantageous to the Government, price and other factors considered including past performance and vendor capabilities. The clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Also included in this acquisition are the following clauses: 52.204-7, 52.204-13, 52.204-16, 52.204-18, 52.204-19, 52.204-24, 52.204-26, 52.204-29, 52.212-3, 52.217-8, 52.219-1, 52.225-25, 52.232-39, 52.237-1, 52.237-2, 52.252-1, 52.252-2, 52.252-5, and 52.252-6. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition, no addenda applies. Additional FAR clauses cited in this clause applicable to this acquisition are: 52.203-19, 52.204-10, 52.204-23, 52.204-25, 52.204-27, 52.204-30, 52.209-6, 52.209-10, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-41, 52.222-42, 52.222-50, 52.222-55, 52.222-62, 52.225-1, 52.225-13, 52.232-33, 52.232-40, 52.233-3, and 52.233-4. The full text of any solicitation provision or clause referenced herein may be accessed electronically at: http://acquisition.gov/far (for FAR clauses) or http://www.ecfr.gov/cgi-bin (for DOI Clauses - go to Title 48, scroll to Department of Interior, scroll to 1452). In order to have a quote considered for award, respondent must be registered in the System for Award Management (SAM) database (https://www.sam.gov) as an active vendor before submission of the quotation. Technical POC: Robert McGinn (612) 713-5235, Robert_mcginn@fws.gov Contracting POC: Lydia M Patrick (308) 635-7851, lydia_patrick@fws.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0a6685c2ba6d49bdb793670370a2586a/view)
- Record
- SN07331666-F 20250206/250204230028 (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 |