Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2008 FBO #2553
SOLICITATION NOTICE

F -- Multiple Award Remediation Contracts (MARC) in the Northwest Division of the Corps of Engineers

Notice Date
11/20/2008
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Seattle, US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-09-R-0007
 
Response Due
12/1/2008
 
Archive Date
1/30/2009
 
Point of Contact
Bonilie Lackey, 206-764-4481<br />
 
Small Business Set-Aside
N/A
 
Description
This is not a solicitation announcement. This is a potential Sources Sought Synopsis. The purpose of this notice is to measure the interest and availability of other than large business firms, including HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Small Disadvantaged Business (SDB), Women Owned Small Business (WOSB) or other Small Business concerns. This type of contract is intended for use on projects in both the Military and Civil funded Hazardous, Toxic and Radiological Waste (HTRW) Programs and other Environmental Programs managed by the Seattle District. Examples of types of projects anticipated include but are not limited to: screening, identification, packaging and disposal of potentially hazardous waste; removal, transport and disposal of hazardous and non-hazardous debris; installation of security fencing, signage, barricades, warning flagging, etc; temporary road installation, road repair, site access preparation, etc; brushing, clearing and grubbing; removal/disposal/replacement of above ground and below ground storage tanks; removal/disposal/replacement of buried and exposed piping; removal/remediation/disposal of contaminated soils; building/remediation/disposal of contaminated soils; site restoration, seeding, replanting and revegetation; water treatment systems to include installation, operation and maintenance; in-situ soil treatment and stabilization processes; air quality monitoring; asbestos, lead based paint and radon abatement and mitigation; installation of water wells, monitoring wells, sampling wells, etc; soil, water and air sampling and analysis; Unexploded Ordnance (UXO) avoidance capabilities and UXO construction support; environmental facility/equipment upgrades; waste minimization, and pollution prevention projects; habitat restoration projects; preparation of management and health and safety plans; incidental design associated with the above activities; landfill capping; removal and/or replacement of underground and aboveground storage tanks; demolition, deconstruction, and waste reduction; and hazardous materials assessment and abatement. Read the project description and submit information for the following: 1. Relevant Experience/Successful Completion of Multidisciplinary Environmental Investigation and Environmental Remediation Projects. a. Provide descriptions of at least five but no more than eight Hazardous, Toxic and Radiological Waste (HTRW) projects demonstrating relevant experience. The description should be no longer than one page for each project submitted. Relevant experience is defined as experience similar in scope, cost and complexity in the following areas: (1) Ordnance Removal (2) Tank Closures (3) Groundwater Remediation Systems (4) Deconstruction and Waste Diversion (5) Soil Remediation b. Examples of experience will also include description of your ability to work on multiple sites simultaneously. c. Identify which projects were competitive and which were sole source. d. Information shall include the percentage of the work performed by your firm, whether you were the prime contractor or a subcontractor. e. Specific examples reflecting experience with local, state, and federal regulations applicable to compliance with the Endangered Species Act, Clean Water Act, protection of regulated wetlands, and waste handling (including TSCA wastes) in Washington, Oregon, Idaho and Montana. 2. Bonding Information: a. Provide the following, on the bonding companys letterhead: (1) Bonding Limits (a) Single Bond (b) Aggregate b. Proof the contractor can provide bonding for the maximum order for a single item of $5,000,000.00. c. Length of time the contractor has been associated with the bonding company. d. Claims History and Outstanding Claims of the Contractor. e. Surety to be used for Performance and Payment Bonds. f. Other commitments that might interfere with performance of the contract. Please note that this synopsis is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Corps. However, all interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. The information received as a result of this synopsis will be considered solely for the purpose of determining the interest and availability of other than large business firms, including HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Small Disadvantaged Business (SDB), Women Owned Small Business (WOSB) or other Small Business concerns. The NAICS code is 562910. The Small Business size standard is 500 employees. The Corps does not intend to pay for any information provided under this sources sought synopsis. It is anticipated that up to four Firm Fixed Price (FFP) contracts will be awarded in January 2009 or possibly sooner. All responses may be sent via e-mail to: bonilie.l.lackey@usace.army.mil or mailed to Contracting, U.S. Army Corps of Engineers, Attention: Bonilie L. Lackey, P.O. Box 3755, Seattle, WA 98124. Fax Number: 206-764-6819. Responses to this sources sought synopsis are due in the office by Close of Business (COB) 1 December 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6539b1f01b406f87bc94d88df1a92318&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA<br />
Zip Code: 98124-3755<br />
 
Record
SN01708267-W 20081122/081120220543-6539b1f01b406f87bc94d88df1a92318 (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.