Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 23, 2025 SAM #8549
SOURCES SOUGHT

F -- Army PFAS Response and Sampling Tool, Seattle District (NWS), U.S. Army Corps of Engineers (USACE)

Notice Date
4/21/2025 10:29:15 AM
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
W912DW25R16DL_ss
 
Response Due
5/5/2025 2:00:00 PM
 
Archive Date
05/20/2025
 
Point of Contact
Russell Armstrong, Phone: 4259238716, Shawna West, Phone: 2067643416
 
E-Mail Address
russell.j.armstrong@usace.army.mil, shawna.m.west2@usace.army.mil
(russell.j.armstrong@usace.army.mil, shawna.m.west2@usace.army.mil)
 
Description
I. SOURCES SOUGHT: a. This is a Sources Sought announcement for information only, to be used for market research and preliminary planning purposes. No proposals are being requested or accepted with this Sources Sought. This is not a solicitation or a Request for Proposal (RFP) and no contract shall be awarded from this Sources Sought. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information requests. b. The purpose of this Sources Sought is to gain knowledge of interest, capabilities and qualifications of interested firms who are able to demonstrate their capabilities in meeting the project description listed below, and to address any questions, recommendations, or concerns from Industry. Responses to this Sources Sought will be used by the Government to make appropriate acquisition planning decisions. The proposed work will be performed under the following North American Industry Classification (NAICS) codes: 562910 for Remediation Services. The associated small business size standard is $25M in average annual receipts. For more information concerning NAICS and SBA size standards, go to https://www.sba.gov. c. The USACE NWS anticipates soliciting and awarding an Indefinite Delivery Indefinite Quantity (IDIQ) Contract. d. The anticipated IDIQ contract will consist of a five (5) year period. The total capacity is anticipated to be $85,000,000 for the life of the contract. e. Description of Services: The anticipated IDIQ contract will be for the award of either a Single Award Task Order Contract (SATOC) or Multiple Award Task Order Contract (MATOC) for Off-Post Per- and Polyfluoroalkyl Substances (PFAS) Sampling and providing clean drinking water solutions that will support Army Environmental Command (AEC) West and Pacific (W&P), at multiple army installations within the AEC W&P Area of Responsibility (AOR) under NAICS Code 562910. The projects will focus on off-post PFAS response actions, including preparing work plans, sampling, providing clean drinking water solutions, public involvement support and other non-Department of Defense (DoD) source investigations. Work anticipated under this IDIQ contract includes, but is not limited to, full environmental remediation/restoration services, including incidental construction associated with remedial actions, and other incidental professional type services, to include site characterization and assessment. II. REQUIREMENTS: a. Responses to this Sources Sought shall be limited to 5-pages and shall include the following information. Interested Firm�s name, address, point of contact, phone number, and email address. Interested Firm�s business classification (i.e., small business, small-disadvantaged business, woman-owned small business, historically underutilized business zone, 8(a) program, or other than small business). A brief description of the interested firm's capability to perform a requirement of similar magnitude and complexity to the work described above (in paragraph e.). Brief description shall demonstrate the interested firm�s ability to provide a team of qualified and experienced personnel to perform the work; manage disciplines; as well as capacity to execute multiple task orders simultaneously. Identifying any previous or current IDIQ contracts involving similar work/magnitude is encouraged. Demonstrated experience on previous projects of similar scope and complexity. Project experience description should include contract number and/or project title, location, completion date, and general description of the Remediation Services to demonstrate relevance to PFAS projects. Description should also include the interested firms' role in the project, and dollar value of contract. Include a quantifiable amount (percentage) of the project your company contributed to the overall scope of work. Provide at least 2 examples. *Please note that a small business firm may submit a capability statement that includes the expertise of large/small business partner companies under a teaming arrangement. If a teaming arrangement is contemplated, then the response to this sources sought must clearly discuss the tasks that the businesses intend to perform and the specific areas. Refer to teaming arrangement requirements pursuant to the FAR clause at 52.219-14, entitled �Limitations on Subcontracting.� b. Submission of interest is not a prerequisite to any potential future offerings, but vendor responses will assist NWS in identifying sources with required capabilities. If a solicitation is released, it will be synopsized on SAM.gov ONLY. c. Interested offerors shall respond to this Sources Sought no later than 2:00 PM, Pacific Daylight Time, on 5 May, 2025. Email responses to Russ Armstrong (russell.j.armstrong@usace.army.mil). d. Points of Contact: 1) Contracting Division, Russ Armstrong (russell.j.armstrong@usace.army.mil) and Shawna West (shawna.m.west2@usace.army.mil). 2) Small Business Programs POC: Enshane� Nomoto Small Business Professional - Office of Small Business Programs US Army Corps of Engineers, Seattle District 4735 East Marginal Way South Bldg 1202 Seattle, WA 98134 Office: 206-316-3990 Mobile: 253-900-9184 https://www.nws.usace.army.mil/Business-With-Us/Small-Business/
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/716bc1ee635e487eb1f3c5b7f8caaed7/view)
 
Place of Performance
Address: Seattle, WA, USA
Country: USA
 
Record
SN07416159-F 20250423/250421230050 (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.