Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2010 FBO #3149
SOLICITATION NOTICE

R -- Underground Storage Tank(UST)/Leaking Underground Storage Tank(LUST) Native American Tribal Support Services

Notice Date
7/7/2010
 
Notice Type
Presolicitation
 
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-R-0074
 
Point of Contact
Sabrina Daniels, , Angela Hermanson, Phone: (916) 557-7945
 
E-Mail Address
sabrina.r.daniels@usace.army.mil, angela.hermanson@usace.army.mil
(sabrina.r.daniels@usace.army.mil, angela.hermanson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
On or about July 19, 2010, the US Army Corps of Engineers (USACE), Sacramento District will advertise a Request for Proposal (RFP) for Support Services to U.S. EPA and nationwide Small Business Set-Aside. This procurement is 100% set aside for small business. All responsible small businesses may submit a proposal. It will be conducted under the Federal Supply Class (FSC) Code F999. The Standard Industrial Classification (SIC) is 8999-Services. The North American Industry Classification Code (NAICS) is 562910 - (Environmental Remediation Services). The size standard for this NAICS code is 500 employees. All questions should be directed to the Contract Specialist, Sabrina Daniels email at Sabrina.r.daniels@usace.army.mil. TYPE OF AWARD: The government may award up to 3 ) indefinite-delivery, indefinite-quantity (IDIQ) multiple-award task order contracts with a total combined and cumulative capacity not to exceed $5.0 million over a five-year period (one base year and four option years). Task orders will be firm-fixed-price. JOB DESCRIPTION: Most will be existing retail service stations that handled various grades of gasoline and diesel and/or motor oil on Tribal lands near the Flagstaff Arizona region. The following description is typical of the sites the contractor may be required to address. Most will be former retail service stations in Tribal (or locations on adjacent lands with a Tribal interest) that handled various grades of gasoline and diesel and/or motor oil. Some may have active tanks 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; and implementation of surface and/or groundwater remediation programs. The Contractor will also assist the Government with 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 systems 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, and assistance for 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. All 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 Sampling and Analysis Plans, Field Sampling Plans, Quality Assurance Plans, etc; technical review of remediation designs including life-cycle analysis; assessment or proposed clean up levels and site closure strategies (including No Further Action recommendations when warranted); field oversight; safety. The Contractor will implement Work Plan/Site Assessments and conduct site monitoring including: 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; general groundwater quality, quantity and geochemistry; groundwater flow pathways; installation of new monitoring wells; air monitoring; human health risk assessment which may include specialized Native American risk assessment criteria; ground stability and geotechnical assessment; data quality management. The Contractor shall evaluate potential UST site remediation technologies that Settling Work Parties or the EPA may implement including factors such as: immobilizing contaminates in the subsurface; discharge treatment technology; site winterization and other seasonal extremes; operations at remote sites; NEPA standards; grading, erosion control and best management practices; preparation of a Project Quality Control Plan; monitoring the erection of remediation site structures; and implementation of remote data telemetry. The contractor will have experience in control and management of common contaminants including; BTEX compounds, gasoline range hydrocarbons, diesel 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. Solicitation will be issued in electronic format only and will be posted on the Federal Business Opportunities website at http://www.fedbizopps.gov. In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER AS AN INTERESTED VENDOR on the Federal Business Opportunities website at http://www.fedbizopps.gov/. If you are not registered, the Government is not responsible with providing you with notification of any changes to this solicitation. You must be registered in the Central Contractor Registration in order to be eligible to receive an award from this solicitation. Call 1-888-227-2423 for more information or visit the CCR website at http://www.ccr.gov. You also must be registered in Online Representations and Certifications Application (ORCA) in order to receive an award from this solicitation. The ORCA website is located at http://orca.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-10-R-0074/listing.html)
 
Place of Performance
Address: South Pacific Division boundaries. EPA Region 9., United States
 
Record
SN02198492-W 20100709/100707235155-ca5a627d4a0f175c67237297d509bfda (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.