COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 12, 2001 PSA #2786
SOLICITATIONS
F -- ENVIONMENTAL REMEDIATION SERVICES, HAWTHORNE ARMY DEPOT, HAWTHORNE, NV
- Notice Date
- February 8, 2001
- Contracting Office
- USAED, Sacramento, Corps of Engineers, Contracting Division, 1325 J Street, Sacramento, CA 95814-2922
- ZIP Code
- 95814-2922
- Response Due
- February 27, 2001
- Point of Contact
- Louise Snitz, (916) 557-7945
- Description
- Synopsis: ENVIRONMENTAL REMEDIATION SERVICES, HAWTHORNE ARMY DEPOT, HAWTHORNE, NV. The purpose of this synopsis is to gain knowledge of potential HUBZone, 8(a), and small business concerns (sources sought only) for environmental remediation services at Hawthorne Army Depot, Hawthorne NV. The Government intends to award a single indefinite-delivery indefinite-quantity contract for an amount not to exceed $10 million over the life of the contract. The contract duration will be a base period plus four option periods; each period having a capacity of $2 million. The duration of each period will depend on the rate of usage of the contract capacity, but each period's duration will not exceed one year. The professional services contract will include investigative studies and remedial action with emphasis on biocomposting of explosive contaminated soils. However, the contract may include investigations, studies, remediation and O&M for other type of remediation activities. Services may include (a) excavation of contaminated material from SWMU's, (b) removal of settling tanks, piping and other debris, (c) treatment of the excavated material in the on-site biotreatment facility using an established treatment procedure, (d) maintaining accurate field data compilation programs to assure all step of the process meet site closure standards, (e) securing laboratory analytical date showing completion of the treatment process, (f) removing the treated compost to be used as back fill on the installation, (g) maintenance of an ongoing Safety and Health Program and preparation and implementation of Site Safety and Health Plans as required by 29 CFR 1910.120/29 CFR 1926.65, (h) contractor quality control for removal actions, (i) installation or removal of groundwater monitoring wells (j) other incidental engineering services in direct support of the removal action activities; such as environmental audit, surveys and mapping, investigation, risk assessment, drafting and engineering drawings, planning and reporting documents. The NAICS Code for this procurement is 562910, Environmental Remediation Services. The size standard defining a small business is a firm with 500 employees or less. To respond to this sources sought synopsis, the concern must submit a narrative providing up to ten examples of projects completed or nearly competed within the past five years to demonstrate experience with investigation, studies and remedial action contracts, with emphasis on remedial action, especially biocomposting, or related projects for Government or private owners. At a minimum, each example must include the following information: (1) a brief description of the work performed, 2) the client company or Government agency who awarded the contract directly to the concern, including the complete mailing address and point of contact with telephone number of said client or agency, (3) the contract number, (4) the contract type and (5) the award date, (6) the length of contract, (7) the monetary value of contract. If there is sufficient competition among HUBZone small business concerns, the FAR clause 52.219-3, Notice of Total HUBZone Set-Aside will apply, which states: The HUBZone small business concern agrees that in the performance of the contract performance for services (except construction) at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other HUBZone small business concerns and, if there is sufficient competition among 8(a) or small business concerns, the FAR clause 52.219-14, Limitation on Subcontracting, will apply, which states: The Offeror/Contractor agrees that in the performance of the contract for services (except construction) at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Therefore, in addition to the above mentioned items 1-6, the submittal must include evidence of the concern's ability to perform in accordance with the FAR clauses 52.219-3 or 52.219-14, as applicable. Lastly, to verify the concern's status, the concern shall provide the county in which the concern's office is located, for any HUBZone status certification, and the SBA office in which the concern is registered, for any 8(a) status certification. Your submittal shall be no more than three pages in length. Responses to this notice must be received within 14 calendar days from the date of issuance of this synopsis or next business day following the 14th day, if the 14th day is a weekend or Federal holiday. Responses received after that date will not be considered for the set-aside determination. Mail your responses to: USAED-Sacramento, ATTN: Contracting Division, c/o Louise Snitz, 1325 J Street, Sacramento, CA 95814-2922. Facsimile, telephonic, or electronically transmitted responses will not be accepted. This notice is to assist the Sacramento District, Corps of Engineers in determine potential HUBZone, 8(a), and small business concerns only. No solicitation is currently available, nor does response to this synopsis provide your name to a Plan Holders list. Upon conclusion of a set-aside decision, a separate CBD announcement for the solicitation will be issued to which interested parties may respond.
- Record
- Loren Data Corp. 20010212/FSOL004.HTM (W-039 SN50D1X3)
| F - Natural Resources and Conservation Services Index
|
Issue Index |
Created on February 9, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|