Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2010 FBO #3067
SOURCES SOUGHT

R -- Support Services to U.S. Environmental Protection Agency (EPA)

Notice Date
4/16/2010
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
 
ZIP Code
95814
 
Solicitation Number
W91238-10-S-0106
 
Archive Date
5/11/2010
 
Point of Contact
Lelani Banks, Phone: 9165576902, Angela Hermanson, Phone: (916) 557-7945
 
E-Mail Address
lelani.u.banks@usace.army.mil, angela.hermanson@usace.army.mil
(lelani.u.banks@usace.army.mil, angela.hermanson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Support Services to U.S. Environmental Protection Agency (EPA) Location: EPA R9 Area of Responsibility 1. This is a SOURCES SOUGHT NOTICE for Market Research ONLY to determine the availability of firms to execute inspection, remedial investigation, and remedial action activities to former and current underground storage tank (UST) sites in tribal areas. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS IS AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential offerors having the skill, capabilities necessary to perform the described project are invited to provide feedback via email to Ms. Lelani Banks at lelani.u.banks@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. The NAICS Code is 562910 (Environmental Remediation Services). The small business size is 500 employees. The anticipated duration of the project is 5 years (Base plus 4 option years). 2. PROJECT DESCRIPTION A. Underground Storage Tank (UST) Inspection The following description is typical of the UST sites the contractor may be required to address. Most will be existing retail service stations that handled various grades of gasoline and diesel and/or motor oil on Tribal lands primarily near the Flagstaff Arizona area and other locations. The contractor shall be available immediately for work related to: - UST Compliance Inspections - 24-hour emergency response to release/leaks/spill from operations and follow-up response activities - Documentation of UST system installation - Documentation of UST removal, closure and site assessment - Documentation of Installation of remediation system for LUST cleanup - Documentation of Remediation and cleanup of LUST sites - Compliance assistance with regulations governing UST operation and LUST response - Community outreach in support of EPA work related to UST and LUST on tribal lands - Assist small UST operators with technical and operations and maintenance of leak detection, cathodic protection, and spill prevention systems, record-keeping inventory, etc., to comply with Federal UST regulations. B. Underground Storage Tank (UST) Remedial Investigation/Action 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. 3. CAPABILITY STATEMENT 1) Include Offeror's name, address, point of contact, phone number, e-mail address, and DUNS number. 2) Offeror's interest in submitting a proposal on the solicitation when/if it is issued. 3) The submission is limited to twenty pages. MANAGEMENT: (a). Resumes of key personnel to include information such as certifications and professional registrations of key personnel (two pages maximum for each personnel). This can be part or in addition to the twenty-page limitation of the Capability Statement. (b). Offeror's office locations and staffing. TECHNICAL: (a). Capability to perform inspection and/or remedial investigation/action. Comparable work performed within the past 5 years - brief description of the project (customer name, timeliness of performance, customer satisfaction, and dollar value of the project). Examples of work products may be attached to the response and exceed the 20 page limit. (b). Identify experience and/or working relationships with regulatory agencies and other stakeholders. 4. BUSINESS SIZE (a) If an 8(a) or small business were to receive an award as prime contractor as a result of any future small business set-aside service solicitation, the small business prime will be required to comply with FAR 52.219-14 which states that "at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern". If your firm is an 8(a) or a small business, provide evidence that on past contracts of a similar nature that your firm (as the prime contractor) was able to comply with this requirement. (b ) Identify(Offeror's type of small business and business size ("other than small" business, small business, HUBZone small business, service-disabled veteran-owned small business, veteran-owned small business, or 8(a) contractor); (c) Offeror's Joint Venture information, if applicable - existing and potential. The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pays for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine how to proceed with the procurement. All interested contractors should notify this office in writing preferably by email by 10:00AM Pacific Time on 26 April 2010. Submit response and information to: Lelani Banks, CECT-SPK-A, Room 878, US Army Corps of Engineers, Sacramento District, 1325 J Street, Sacramento, CA 95814 or lelani.u.banks@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-10-S-0106/listing.html)
 
Place of Performance
Address: 1325 J Street, Sacramento, California, United States
 
Record
SN02124282-W 20100418/100416235214-15d5796286ad65a3f830a3f6c520939a (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.