Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2007 FBO #2053
SOURCES SOUGHT

F -- Sources Sought--Environmental Characterization & Remediation Services

Notice Date
7/9/2007
 
Notice Type
Sources Sought
 
Contracting Office
PO Box 5400 Albuquerque, NM
 
ZIP Code
00000
 
Solicitation Number
DE-AC52-08NA00000
 
Response Due
7/24/2007
 
Archive Date
1/24/2008
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS - This is not a Notice of Solicitation. The Department of Energy/National Nuclear Security Administration (DOE/NNSA), Office of Business Services (OBS) Field Acquisition Department (FAD) is seeking Statements of Capabilities from industry for an anticipated requirement to provide environmental characterization and remediation services at designated corrective action sites at various locations where underground nuclear testing or related support activities have occurred under the cognizance of the NNSA Nevada Site Office (NSO). Sites where the NSO has responsibility for are located at the Nevada Test Site (NTS), portions of the Tonopah Test Range, and portions of the Nevada Test and Training Range which is formally the Nellis Air Force Range. REQUIREMENTS: The contractor must be capable of providing environmental characterization and remediation services for several simultaneous projects at a variety of locations on the sites where NSO has environmental restoration responsibilities. The services contemplated include: (a) programmatic planning, documentation and management of environmental management activities; (b) assessment/characterization services, in accordance with the Federal Facility Agreement and Consent Order (FFACO) between the NSO, the state of Nevada, and the Department of Defense, Defense Threat Reduction Agency; (c) technical schedule and cost, baseline development, and reporting; (d) regulatory and policy review; (e) database management; (f) field characterization/remediation and laboratory analyses; and (g) public involvement activities. Required services, including assessment/characterization services, will be in accordance with the FFACO and will be in compliance with the Resource Conservation and Recovery Act (RCRA), the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA), the National Environmental Policy Act (NEPA), the Occupational Safety and Health Act, appropriate state laws and regulations, as well as applicable DOE Orders and regulations. POSSIBLE CONTRACT CONSIDERATIONS: We are considering conducting a competitive acquisition using the procedures delineated in FAR Part 15. The estimated ceiling amount of a potential 5-year contract arrangement is $100,000,000.00. The estimated need date for contract support to be available under the potential acquisition is July 2008. Work is expected to be both on Government sites and at a contractor???s facility. It is anticipated that as part of this requirement, the successful contractor will be required to have/maintain an office in the Las Vegas metropolitan area throughout the life of the contract that is adequately staffed to provide support in accordance with the Performance Work Statement (PWS). Work under the potential contract will likely involve providing systems engineering, and technical direction, preparing specifications or work statements, evaluating products or services, and having access to proprietary information of other firms. Therefore, the Organizational Conflict of Interest restrictions delineated in the Federal Acquisition Regulation (FAR) 9.5 will apply. As a result of the sensitive nature of the NNSA mission and the ongoing work at some of the potential sites, the successful contractor, and their subcontractors or team members, will be required to have an affirmative determination of Foreign Ownership, Control and Clearance (FOCI). In addition, many contractor personnel performing on the contract will be required to have and maintain DOE ???L??? or ???Q??? level security clearances. The applicable North American Industry Classification System (NAICS) Code for this requirement is 562910, Environmental Remediation Services, with a small business size standard of 500 employees. ROAD AHEAD: We are in the preliminary stages of developing an acquisition strategy. To help us determine industry interest, capability and whether the proposed acquisition can be set-aside for small business concerns, interested firms are asked to submit a Statement of Capabilities that addresses th e following: 1) Statement to whether your firm has a current affirmative Foreign Ownership, Control and Influence (FOCI) determination, the date the determination was rendered, and the current level of security clearance possessed by your firm; 2) Statement of whether your firm is classified as a Large Business, Small Business, Small Disadvantaged Business, HUBZone Business, Woman-Owned Small Business, Veteran Owned Small Business in the 562910 NAICS code; 3) overview of your technical capabilities in each of the above stated functional areas; 4) summary description of relevant past 5 years of experience with each of the functional areas including the magnitude, complexity and criticality of the work performed; 5) description of company resources to include your ability to manage multiple projects in a variety of different functional areas, working environments, locations and durations; how you plan to acquire and retain the necessary resources; your approach in establishing teaming/subcontracting arrangements for acquiring labor resources; and your ability to perform at least 50 percent of the projected contract work in-house. Statements of Capabilities are to be limited to 30 pages, excluding the transmittal page. The Statements of Capabilities submitted by interested firms will be evaluated by NNSA representatives as part of the Government???s market research to assist in developing the appropriate acquisition approach to contractually satisfy the program requirements, including but not be limited to, the type of contract arrangement best suited for satisfying the program needs and the extent of possible participation by small business concerns. NSO is establishing an Internet web site specifically for this acquisition for the purposes of posting associated documents such as a draft Performance Work Statement (PWS), the FFACO, and other acquisition related documents. Information will be posted as it becomes available at the following address: www.nv.doe.gov/. DOE Orders referenced in the draft PWS can be accessed at: www.directives.doe.gov. Although the details have not been definitized at this time, an Industry Day is being considered for this acquisition. The purpose of such an Industry Day would be to provide the Government acquisition team a forum to present the possible approaches being considered for accomplishing the acquisition as well as obtaining feedback and exchanging ideas with industry. Further information will be provided at a later date via the acquisition web site provided above and/or through another IIPS announcement. Businesses responding to this Sources Sought Announcement must submit their responses via the DOE IIPS at http://e-center.doe.gov no later than 4:30 P.M. Mountain Time, July 24, 2007. Interested parties must register via the IIPS web site prior to responding to this Sources Sought Announcement. Instructions on how to submit your response can be found in the help document located on the IIPS web site listed above. For technical assistance, firms should call 1-800-683-0751 or e-mail the IIPS administrator at iips_helpdesk@e-center.doe.gov. All responses must provide the return e-mail address, mailing address, telephone number, and facsimile (fax) number in the transmittal page. Telephone responses and inquires will not be accepted at this time since there is no further information available. It is the responsibility of the respondent to monitor this site for the release of any additional information, amendments to this notice, solicitation, or other related documents. To assist in this process, it is suggested after interested parties have registered on IIPS to click-on the button entitled, ???Join Mailing List??? and fill-out the required information to receive automated notifications. This announcement is based upon the best information available, may be subject to future modification, is not a request for proposal, and in no way commits the Government to award of a contract. DOE/NNSA will not be responsible for any costs incurred by responding to this Notice. No solicitat ion exists at this time. Please be advised that all information submitted will be considered procurement sensitive. Information which the Contractor considers ???Bid and Proposal Information??? or ???Proprietary Information??? pursuant to existing laws and regulations must be marked accordingly [see FAR 3.104-1 (3) & (4)].
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/AB7DC9D43737B75C8525731300765A51?OpenDocument)
 
Record
SN01336962-W 20070711/070709220339 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.