SOURCES SOUGHT
B -- Firms responding to this sources sought must be capable of advising the EPA on the application of innovative technologies/approaches in conjunction with traditional UST investigation/remediation methods
- Notice Date
- 12/22/2009
- Notice Type
- Sources Sought
- NAICS
- 541618
— Other Management Consulting Services
- Contracting Office
- USA Engineer District, San Francisco, ATTN: CESPN-CT, 333 Market Street, San Francisco, CA 94105-2195
- ZIP Code
- 94105-2195
- Solicitation Number
- W912P7-10-R-0013
- Response Due
- 1/8/2010
- Archive Date
- 3/9/2010
- Point of Contact
- Rick Vredenburg, 415 503-6986
- E-Mail Address
-
USA Engineer District, San Francisco
(rick.p.vredenburg@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The following description is typical of the sites the contractor may be required to address. Most will be former retail service stations that handled various grades of gasoline and diesel and/or motor oil. Some may have active takes at the site, while others have been closed and the tanks taken out of service or removed. Most sites will be the location of confirmed releases of hydrocarbons to the environment with soil and or/water impacts. Work entails review of work plans, studies, reports and both investigation and remediation field activities at the sites. Work may include assisting the Government in performing studies for geological and biological issues. Work may include implementation of surface and/or groundwater remediation programs. The work must be accomplished by qualified, experienced, professional environmental multi-discipline firms. These environmental firms must be capable of: advising the EPA on the application of innovative technologies/approaches in conjunction with traditional UST investigation/remediation methods to improve quality and productivity while reducing cost. Work includes integration of various disciplines including: Responsible Party Oversight: Report Review and comment Preparation; Remedial alternative and cost analysis; third party review of work plan documents such as SAPs, FSPs, QAPs etc; technical review of remediation designs including life-cycle analysis; assessment or proposed clean up levels and site closer strategies including No Further Action recommendations when warranted);; Field Oversight; Safety. Work Plan/Site Assessment Site monitoring: Prepare sampling plans to assess impacts to the environment by contaminates including petroleum hydrocarbons as well as volatile compounds; impacts on receiving waters, chemistry and biology; Groundwater quality, quantity and geochemistry; Groundwater flow pathways; Installation of new monitoring wells; Air Monitoring; Human Health Risk Assessment; Specialized Native American Risk Assessment criteria; Ground stability; Data Quality Management. The Contractor will be able to evaluate potential UST Site Remediation Technologies that Settling Work Parties or the EPA may implement: Immobilizing contaminates in the subsurface; Discharge Treatment Technology;; Site Winterization; Operations at remote sites; NEPA standards; Grading and Erosion Control; Project Quality Control Plan; Monitor the erection of remediation site structures; Remote Telemetry. The contractor will have experience in control and management of common contaminants including; BTEX compounds, gasoline range hydrocarbons, diesel oil range hydrocarbons, motor oil range hydrocarbons, chlorinated organic solvents, and organic lead. The Contractor will have organizational knowledge of: EPA organizational regulations and requirements; CERCLA and SARA laws and implementing regulations; UST laws and requirements; State and Local regulatory agency regulations and requirements for California regulations requirements; Native American regulations and requirements. The Contractor will meet Conflict of Interest requirements. The Contractor will have demonstrated Project Management skill as applied to: Project reporting; Cost reporting, and Change Order Management Practices
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACAW07/W912P7-10-R-0013/listing.html)
- Place of Performance
- Address: USA Engineer District, San Francisco ATTN: CESPN-CT, 333 Market Street San Francisco CA
- Zip Code: 94105-2195
- Zip Code: 94105-2195
- Record
- SN02029187-W 20091224/091222234813-b5e556ffd77ab1f47f7c7377d29fc008 (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 |