SOURCES SOUGHT
F -- Remediation (Fixed Price and Guaranteed Fixed Price)
- Notice Date
- 5/19/2003
- Notice Type
- Sources Sought
- Contracting Office
- ACA, North Region Contracting Center, Building 2798, Fort Eustis, VA 23604-5538
- ZIP Code
- 23604-5538
- Solicitation Number
- DABJ01-NRCC-0139
- Response Due
- 10/1/2004
- Archive Date
- 11/30/2004
- Point of Contact
- Barbara Blair, 757-878-3166 x 290
- E-Mail Address
-
Email your questions to ACA, North Region Contracting Center
(blairb@tac.eustis.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA This is a General Announcement ONLY. No solicitation exists at this time. The Northern Region Contracting Center (NRCC) is NOT requesting any information at this time. If and when a RFQ or RFQ is comptemplated an announcment will be issued via this venu e in accordance with FAR Part 5. Again this is a General Announcment ONLY. The NRCC is contemplating the release of Requests For Quotation (RFQ), to procure environmental restoration services for regulatory closure at multiple Army active installations via use of Guaranteed Fixed Price Remediation (GFPR). Request for proposals will be forwarded to vendors with a current GSA Schedule (899) schudule. It is anticipated that the individual RFQs will be released starting in 3rd quarter FY03. Sites at the following Army installations are being considered in FY03: FORT JACKSON, SOUTH CAROLINA FTJA-01: Inactive Sanitary Landfill 3 (SWMU 1);FTJA-02: Closed Sanitary Landfill 1 (SWMU 2);FTJA-03: Closed Sanitary Landfill 2 (SWMU 3);FTJA-05: Closed WETSITE Landfill (SWMU 5);FTJA-06: Inactive Tank Hill Landfill (SWMU 6);FTJA-21: Inactive Range 17, Lan dfill (SWMU 21);FTJA-34: Former UST Contamination Areas;FTJA-07: Former HW Storage Buildings 2640, 2641, and 2642 (SWMUs 7, 8, and 9);FTJA-08: Former PCB Storage Building 2668 (SWMU 10);FTJA-10: Inactive Wonson OB/OD Ground (SWMU 12);FTJA-13/36: Former Wea pons Cleaning Area (SWMU 14)/ Tanks 1619 & 1700 (AOC B);FTJA-30: Former Roads and Ground Storage Area (SWMU 47). SIERRA ARMY DEPOT, CALIFORNIA SIAD - 003: Abandoned Landfill (ALF) and the Southern Sites (SSA);SIAD - 010: Upper Burning Ground (Not including Hansens Hole);SIAD - 014: Building 210 Area;SIAD - 022: Old Popping Furnace. Each RFQ will consist of multiple sites which may be in different phases of work. Specific information on the installation/sites will be provided with the RFQs. Required work will be dictated by the individual site. The required activities are expected to include, but may not be limited to: Project management; Site assessment; Environmental regulatory concurrence; Public Involvement activities; Removal of contaminated soil; Removal of non-hazardous surface debris; Removal of free product; Soil Cover and Land Use Controls for inactive and closed landfills; Long-term monitoring; In-situ treatment of groundwater; Further characterization/delineation (RFI/CMS) at several sites; Verify no further action recommendations and obtain regulatory closure of these si tes; Obtaining a final decision documents and regulatory closure; Guaranteed against cost overrun (e.g., obtain Remediation Stop Loss Insurance) ??????Key?????? personnel will normally include, but may not be limited to, a state licensed Professional Engineer and/or Professional Geologist and state certified underground storage tank personnel. All engineered drawings require a Professional Enginee r seal. Individual Site Visits will be conducted at each installation. Site visits will normally be scheduled in the RFQ and be within the second week following issuance of the RFQ. All attendees will be required to show a valid photo ID upon arrival at the fa cility. Specifics on the site visit will be contained in the individual RFQs, however, attendance will normally be limited to 2 employees per bidder (to include any potential subcontracting employees). Copies of the following information will be provided to all vendors participating in the site visit. ARMY RESERVE SITES - NATIONWIDE 30 Army Reserve sites at nine Regional Support Centers (RSCs) in 10 states (CA, CT, OH, MA, ME, MO, PA, RI, WA, and WI) are being evaluated for a possible procurement action and award. The sites will be procured under one (1) action and award. The result ing contract would be awarded to the vendor or team of vendors demonstrating experience in working in, and closing out sites in ALL 10 states. It is anticipated that the action will include both guaranteed fixed price (requiring insura nce) and fixed price activities. The site visit will consist of 2-4 site tours at representative sites. Information concerning the site visits will be contained in the RFQ. The Army anticipates issuance of the RFQ in the 3rd quarter FY03. The types of activities required to reach closure on these sites includes: reviewing the administrative record and preparing and negotiating closure documentation; developing strategies for optimizing existing LTM activities; conducting groundwater monitoring; soil a nd sediment removal; identifying, designing, and implementing groundwater remedies
- Place of Performance
- Address: ACA, North Region Contracting Center Building 2798, Fort Eustis VA
- Zip Code: 23604-5538
- Country: US
- Zip Code: 23604-5538
- Record
- SN00326860-W 20030521/030519213521 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |