Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2009 FBO #2855
SOURCES SOUGHT

F -- Environmental Remediation Multiple Award (ERMA) Performance Based IDIQ Contract

Notice Date
9/16/2009
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK10R0001
 
Response Due
10/5/2009
 
Archive Date
12/4/2009
 
Point of Contact
Kathryn A. Ortel-Thatcher, 410-436-4130
 
E-Mail Address
ACA, Aberdeen Proving Ground
(kathryn.a.ortel@us.army.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
This is a Sources Sought announcement only; no solicitation exists at this time. This is a follow on to the Sources Sought announcement issued under W91ZLK-09-R-ENVR on June 22, 2008 and amended on July 10, 2008. The requirement has been revised, to include coverage of an additional area of effort; namely, the Operational Range Assessment Program (ORAP); and includes a decrease in the contract value. In response to the Department of Defense (DoD) and Department of the Army (DA) Performance-Based Acquisition (PBA) initiative, the Army Installation Contracting Division (AICD) of the US Army Research, Development and Engineering Command Contracting Center (RDECOM CC) is seeking information on sources that provide performance-based environmental cleanup services. Anticipated work would be conducted under the Installation Restoration Program (IRP), Military Munitions Response Program (MMRP), Base Realignment and Closure Program (BRAC), and/or Compliance Cleanup Program (CC), which are program areas under the Army Environmental Cleanup Program; and would also include the ORAP. It is anticipated that if a solicitation results from this notice, it will be to award a Multiple Award ID/IQ contract for $480 Million with two portfolios; one for Small Business and one Unrestricted. The contract will support the Armys environmental cleanup program, replacing the existing Army Chief of Staff for Installation Management (ACSIM) ID/IQ contract which is nearing expiration and capacity. Up to seven (7) firms will be selected for each portfolio. Required capabilities include, but may not be limited to, the ability to: 1) characterize or determine the nature and extent of potential environmental contamination, 2) develop feasible or proposed approaches to the restoration of water and/or soils, 3) design, build, and operate environmental restoration or treatment systems, 4) conduct environmental sampling and provide environmental monitoring services, 5) perform military munitions response activities, 6) prepare reports compliant with Federal (primarily the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) and the Resource Conservation and Recovery Act (RCRA)), state and local regulations, and DoD Directives, 7) successfully negotiate with and obtain approval from federal, state, and local regulatory agencies on all phases of the environmental restoration process, and 8) obtain environmental insurance from an independent carrier to underwrite the cost of the environmental restoration effort. Documentation submitted in response to this notice is due 5 October 2009. Response shall not exceed 5 pages (8 1/2 X 11). Bulleted responses are acceptable. Responses shall include a discussion of your ability to perform the above stated efforts, experience in working with Federal cleanup programs (particularly DoD) associated with the restoration of ground and surface water, the handling and disposition of hazardous, toxic and radioactive waste (HTRW), the detection and remediation of munitions and explosives of concern (MEC), the ability to address commingled MEC, Munitions Constituents (MC), and HTRW during all phases of the CERCLA and RCRA processes, and your experience in achieving site closeout with appropriate Federal, state and local environmental cleanup requirements under a fixed price contractual arrangement. Response should include a brief outline of past performance (within the past 5 years) on similar type work (i.e., fixed-price remediation with and without environmental insurance) to include dollar value, Contracting Organization, Contract number, prime or subcontract designation, and type of work involved, as well as address the following: " Corporate experience managing performance-based acquisitions; " Corporate experience conducting and overseeing all aspects of technical and administrative work described above, on contracts that exceed $20 million in value (for unrestricted), and $10 million (for small business); " Corporate experience integrating multiple subcontractors; " Demonstrated experience in achieving small business goals (applicable to unrestricted portfolio); " Demonstrated experience working on large, active federal installations; and " Experience using an earned value management system to control cost and schedule performance as well as report progress against contracts. In addition to the 5-page documentation stated above, in your cover letter to this response please provide point of contact for follow-on questions, company size, small business status (i.e., 8(a), Hubzone, Woman Owned, Small Business, Small Disadvantaged Business, Veteran-Owned, Service Disabled Veteran Owned Small Business, etc.) and whether your interest is at the prime or subcontracting level. The applicable NAICS Code is 562910 with a size standard of 500 employees. Your package shall be received by the RDECOM CC AICD not later than 5 October 2009. All documentation shall be forwarded to RDECOM CC Army Installation Contracting Division, ATTN: Kathy Ortel-Thatcher, E4460 Beal Road, Rm 120, APG-EA, MD 21010, faxed to (410) 436-6595, or e-mail to Kathryn.a.ortel@us.army.mil. Questions shall be directed to Kathy Ortel-Thatcher at Kathryn.a.ortel@us.army.mil or 410-436-4130.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ05/W91ZLK10R0001/listing.html)
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN01958143-W 20090918/090917001831-0df2b394fbaae7146fd57c27216dfe18 (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.