Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2008 FBO #2517
SOLICITATION NOTICE

F -- BRAC Environmental Remediation and Long-Term Monitoring

Notice Date
10/15/2008
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Kansas City, US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-09-R-3000
 
Response Due
10/30/2008
 
Archive Date
12/29/2008
 
Point of Contact
Heather Morrow, 8163893320<br />
 
Small Business Set-Aside
N/A
 
Description
SUBJECT: Potential Sources Sought SS for informational and planning purposes only. The purpose of this SS is to identify qualified sources who have been located in on of the following counties on or before September 1993 and continue to do business in one of the counties to date and capable of performing the work described herein: Cherokee County, KS; Crawford County, KS; Montgomery County, KS; Neosho County, KS; Wilson County, KS; Craig County, OK; Nowata County, OK. PLEASE NOTE: This is for a BRAC requirement. No contract will be awarded from this announcement. This is not a Request for Proposal RFP or an announcement of a forthcoming solicitation. Response to this survey is voluntary and no reimbursement will be made for any costs associated with providing responses. No solicitation document exists at this time, and calls requesting a solicitation will not be answered. PROJECT TITLE: The United States Army Corps of Engineers, Kansas City District has a need for contractors with environmental remediation and long-term monitoring capabilities for environmental restoration activities at the Kansas Army Ammunition Plant in Parsons, Kansas. Principal contaminants include, but are not limited to, those associated with ammunition loading, assembling and packaging. These include lead azide, lead styphnate, RDX, and metals such as antimony, barium, cadmium, and lead. Also of concern are building debris, ammunition and ammunition contaminated materials from de-milling processes, and chemicals and materials used in the manufacturing processes. The contract mechanism is yet to be determined. The North American Industry Classification System NAICS codes for the work and services described are 562910. SCOPE OF SERVICES: The work shall include, but is not limited to, the requirement of work to be performed by companies experienced in a broad range of remedial action technologies dealing with contaminated material sampling, testing, various treatments, removal and disposal. The contractors must provide personnel with current safety training as required by the Occupational Safety and Health Administration OSHA. Contractors must also be capable of performing work on a wide variety of sites in a manner that complies with federal, state and local regulations and laws, and within time frames required. Experience, qualifications, capacity, appropriate staffing, successful past performance, and knowledge of local regulatory requirements will be important considerations when selecting firms for award. The types of work to be accomplished may include, but are not limited to, soil sampling, field data collection pH, D.O., conductivity, oxidation/reduction potential, temperature, turbidity, and ferrous iron, investigation-derived waste management, and well maintenance procedures; low-flow groundwater sampling and groundwater sampling with passive diffusion bags; installing monitoring wells; inspecting, documenting and reporting well condition and needed maintenance; removing unsafe buildings with and without asbestos and lead; performing decontamination and demolition activities on explosive contaminated structures; performing explosive soil removal; performing lead and asbestos surveys as well as abatement; AST removal and disposal; PCB contaminated soil removal and disposal; obtaining analytical services from laboratories certified by the Kansas Department of Health and Environment KDHE, and the US Army Corps of Engineers USACE; writing EPA approved monitoring reports; and scheduling, progress reports, and obtaining environmental permits. Investigations, studies, and engineering support services as necessary to complete a remedial action may also be conducted. The types of skills required may include, but are not limited to, estimator, superintendent, industrial hygienist, environmental engineer, structural engineer, mechanical engineer, electrical engineer, civil engineer, chemist, geologist, hydrogeologist, truck driver, equipment operator, laborer, plant operator, industrial engineer, and electrician. For on-site investigations and remediations, the firms must provide personnel with current health and safety training, as required by the Occupational Safety and Health Administration OSHA. Firms must also be capable of performing work on a wide variety of sites in a manner that complies with federal, state and local regulations and laws, and within time frames required. Specific needs will be determined based upon project requirements. REQUESTED INFORMATION: Potential sources must submit a capability statement of no more than eight 8 pages in length, which addresses the following key areas: 1 Location-Potential sources must submit a federal, state, county, or local government certified document that will substantiate the offerors place of business within one of these counties for the required period of time. 2 Technical Potential sources must submit a list of recent projects and associated personnel that demonstrates their knowledge and past experience relating to all of the varying types of work described above and how their knowledge, skills, and abilities were effective in executing a successful exploration program. Projects should include HTRW site experience. Provide documentation of the companys compliance with State and Federal HTRW training regulations. Individual task orders under IDIQ contracts should be listed as separate projects. Submit only current and past project and client information that is no more than four 4 years previous and include a brief description, identifying the capacity the firm worked in on the project prime or subcontractor, the contract type list by Task Order if IDIQ, contract or Task Order value, dollar value of work subcontracted, percent complete, if complete date completed, name and title of customer POC and current phone number. For HTRW Site experience, identify those projects where the project management staffs have a good working relationship with Regulatory agencies and include the name of the Regulatory agencies, agency POCs, and current phone number. 3 MANAGEMENT personnel/organizational staff experience, project management, etc. 3a Potential sources must identify their management staff and plan for technical and administrative support. Management includes the ability to track costs and schedule under cost reimbursement type task orders. 3b The management staff must be experienced in handling complex projects with a minimum of five 5 years experience in work of the same or similar to that listed above. Identify those projects submitted under TECHNICAL above, where the management and technical staff have gained the experience. 4 BUSINESS SIZE: Potential sources shall identify if they are a Small Business, Veteran Owned Small Business, Service Disabled Veteran Owned Small Business, HubZone Small Business, Small Disadvantaged Business, 8a Business, or Woman-Owned Business. If the firm is a small business the response to this synopsis must include how the firm will meet the Federal Acquisition Regulations FAR requirements for limitations in subcontracting for the proposed solicitation or completed contracts of a similar nature and size that states at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. 5 ACCOUNTING AND PURCHASING SYSTEM STATUS: Potential sources shall identify if their current accounting system has been approved by the Federal Government for cost reimbursement contracting. Firms should also identify if they have an approved purchasing system. The name and phone number for the firms cognizant Audit Office POC and cognizant ACO shall also be provided. SUBMITTALS: All interested parties may respond or submit statements of qualifications. This is not a request for competitive proposals or quotations. A determination by the Government not to compete this proposed contract is within the discretion of the Government. For questions of a technical nature, please contact Ms. Kathy Baker at 816-389-3906 or by e-mail at Kathy.T.Baker@usace.army.mil. Contractual inquires and all responses are to be submitted to Ms. Heather Morrow at 816-389-3320 or by e-mail at Heather.N.Morrow@usace.army.mil or by mail to US Army Corps of Engineers, attn: Heather Morrow, Kansas City District, 601 East 12th Street, 610 Federal Building, Kansas City, Missouri 64106-2896. Responses to this notice shall be received by the Kansas City District, Contracting Division by 4:00 PM hours on October 30, 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d15c8cd248248933354dc297e5f40cc6&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CENWK-CT-H/Morrow, 757 Federal Building 60l East 12th Street Kansas City MO<br />
Zip Code: 64106-2896<br />
 
Record
SN01691936-W 20081017/081015214807-d15c8cd248248933354dc297e5f40cc6 (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.