SOLICITATION NOTICE
R -- Sources Sought
- Notice Date
- 12/15/2010
- 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
- W91238-11-S-0010
- Archive Date
- 1/19/2011
- Point of Contact
- Patricia A. Christie, Phone: 9165575228
- E-Mail Address
-
Patricia.A.Christie@usace.army.mil
(Patricia.A.Christie@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE No. W91238-11-S-0010 for Market Research ONLY to support the services listed below for which the applicable NAICS Code is 562910, Environmental Remediation Services. The size standard for small business is 500 employees. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME. Potential offerors having the skills and capabilities necessary to perform the described services below are invited to provide feedback via email to Patricia.A.Christie@usace.army.mil All responses will be analyzed in order to determine the appropriate acquisition strategy for a potential future acquisition. Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources including small business, certified HUBZone small business, service-disabled veteran-owned small business, veteran-owned small business, certified 8(a), women-owned small business, etc. Other than small business may respond to this notice in the event the market does not indicate small business interest. CONTRACTOR CAPABILITY AND EXPERIENCE: The Contractor or subcontractor(s) shall have the interest, capability and experience to perform a wide range of services relating to hazardous waste or environmental compliance sites including, but not limited to: a) Aboveground/underground storage tank closures, replacement/tightness testing and all compliance activities associated with. b) Excavation, removal, manifesting, transportation, storage, treatment and disposal of all types of hazardous and non-hazardous wastes in addition to asbestos, and lead/PCB containing paints and coatings. c) Multi-media chemical sampling and analysis, chemical data quality control for a wide variety of compounds. d) Demolition and debris removal and disposal. e) Drilling, excavating and sampling to obtain geotechnical and chemical data, installation, development, and abandonment of groundwater monitoring, injection or extraction wells. f) Transformer removal and disposal, including disposal of PCB contaminated soils. g) Projects resulting from environmental compliance requirements. h) Installation of temporary facilities, permanent installations, and site restorations, to support above activities. i) Maintenance of an ongoing Safety and Health Program and preparation of implementation of Site Safety and Health Plans as required by 29 CFR 1910.120129 CFR 1926.65. j) Contractor quality control for removal actions. k) Other incidental services in direct support of project activities: such as environmental audit, surveys and mapping, drafting and engineering drawings, planning and reporting documents and Human Health and Ecological Risk Assessments. l) Stormwater and drinking water compliance programs in accordance with Clean Air and Water Act, Porter-Cologne, the NPDES requirements. m) Construction, operation and maintenance of treatment systems for soil, water, groundwater or other media. n) Develop, implement and support community relations programs and activities and maintenance of administrative records. o) Property transfer documents including: development of Environmental Baseline Surveys (EBS), Findings of Suitability for Transfer (FOST), Findings of Suitability for Lease (FOSL), and Findings of Suitability for Early Transfer (FOSET). The Contractor will also coordinate with Army and regulatory agencies to complete the documentation. p) Value Engineering evaluation and technical recommendations q) Prepare environmental reports to include but not limited to CERCLA related documentation including preliminary assessments, Site Inspections, Remedial Investigations, Feasibility Studies, Remedial Design and 5 year reviews. Equivalent RCRA documentation will also be required. CAPABILITY STATEMENT Responses to the following items of information are designed to apprise the US Army Corps of Engineers, Sacramento District, of project execution capabilities of potential contractors. Please provide your responses to the following items. The total submission is limited to 10 pages. 1) Name, address, point of contact, phone number, and e-mail address. Interest in performing services. 2) Capability to perform tasks. Comparable work performed within the past 3 years - brief description of the project (customer name, timeliness of performance, customer satisfaction, and dollar value of the project). 3) Certifications and Professional registration of key individuals. 4) Type of business and size (Small business, HUBZone small business, service-disabled veteran-owned small business, veteran-owned small business, 8(a), woman-owned small business, etc) and any applicable SBA certifications. 5) Percentage of work anticipated to be executed with in-house resources. This includes addressing the requirements of FAR 52.219-14 which states that, if applicable, at least 50% of the costs incurred for personnel shall be expended for employees of the concern. 6) Office locations and staffing. The capabilities statement for this sources sought is not expected to be a response to a Request for Proposals or Invitation for Bids, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements are requested 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 a 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 not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Please submit response and information to Patricia.A.Christie@usace.army.mil by 3PM Pacific time on January 4, 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-11-S-0010/listing.html)
- Record
- SN02344350-W 20101217/101215233936-67c4172353b79c533eeeeaed9dba9ee1 (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 |