SOURCES SOUGHT
R -- Sources sought notice for environmental consulting services at Deseret Chemical Depot in Toole, Utah
- Notice Date
- 12/17/2010
- Notice Type
- Sources Sought
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
- ZIP Code
- 35807-4301
- Solicitation Number
- W912DYDCDENV
- Response Due
- 1/7/2011
- Archive Date
- 3/8/2011
- Point of Contact
- chaquandra, 256-895-1897
- E-Mail Address
-
USACE HNC, Huntsville
(chaquandra.k.wilson@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Questionnaire DCD Environmental Support Desert Chemical Depot (DCD) is in process of closing facilities, igloos and solid waste management units (SMWUs) once the chemical destruction mission is completed. DCD is approximately a one-half hour drive from Tooele City and a one and one-half hour drive from Salt Lake City. DCD's current mission is to plan and execute the storage and destruction of chemical weapons and secondary waste in a manner that is safe, secure, and environmentally sound and protects workers and the public and to plan and complete depot closure. A major part of the mission is compliance with regulatory and Army requirements for an environmentally safe operation. The US Army Engineering and Support Center in Huntsville (CEHNC), Alabama has a requirement for a stand alone contract to support the DCD mission (est. value up to $2.8 mil). The services required will include (but are not limited to) providing regulatory and permit guidance, prepare written permit applications and modifications, maintaining related DCD systems, and other related technical and engineering tasks. The Government is performing market research in order to determine if businesses possess the capability to execute the requirements of this anticipated request for quotation (RFQ). This synopsis is for market research purposes only and IS NOT A REQUEST FOR Quotes (RFQ) nor does it restrict the Government as to the ultimate acquisition approach. Any parties interested in this requirement are encouraged to register as an interested vendor. Pursuant to FAR 4.1102(a), prospective contractors shall be registered in the Central Contractor Registration (CCR) database prior to award of a contract. Contractors are encouraged to obtain further information on CCR registration at the following website: http://www.ccr.gov/. This announcement does not obligate the Government to award a contract nor does it obligate the Government to pay for any bid/proposal preparation costs. If you would be interested in such work you are requested to submit a capability statement which addresses as a minimum, the questions presented within this announcement. The Government will analyze all responses and determine if the pool of qualified interested firms is significant enough to justify a small business set aside or another form of set aside allowed by the regulations, such as for HUBZone, 8(a) or Service Disabled, Veteran Owned concerns. The Government does not intend to rank submittals or provide any reply to interested firms. North American Industrial Classification System (NAICS) Code 541620 is applicable to this acquisition. Contract award will be made on a Best Value basis. Award of a Firm-Fixed Price (FFP) contract will be made. Services will be solicited and awarded as a Commercial Item using FAR Part 13 Simplified Acquisition Procedures under FAR Subpart 13.5. The proposed award will consist of one 12 month base period and up to four 12 month optional periods. The twelve month base period is tentatively scheduled to begin in March of 2011. THIS IS NOT A FORMAL SOLICITATION. Contractors who feel they can provide the U.S. Army Engineering & Support Center, Huntsville, AL, with the above services are invited to submit in writing an affirmative response which includes as a minimum the following information: 1. What is the name of your business? 2. What is your business address? 3. Is your firm a large business, small business, a certified 8(a) small business, certified HUBZone business and/or Service Disabled veteran owned concern according to NAICS code 541620? (Specify all that apply.) 4. Does your business have Subject Matter Experts (SME) that possesses at least 3 years of experience in planning and overseeing Resource Conservation and Recovery Act (RCRA) facility closure? 5. Does your business have SME's that have at least 3 years of experience in packaging, transporting, treating and disposing of hazardous wastes and hazardous wastes contaminated with chemical warfare agents? 6. Does your business have at least 3 years of experience in preparing health and safety plans for wastes containing chemical warfare agents? 7. Does your business have at least 3 years of professional experience working with federal, state and local regulators? 8. Does your business have at least 3 years of experience in the design and operating requirements of agent disposal systems and State of Utah and Federal Environmental Protection Agency RCRA closure requirements? All responsible sources are encouraged to submit a capability statement response to this announcement. The Government does not intend to rank submittals or provide any reply to interested firms. Questions concerning this announcement shall be submitting in writing via email to both Contract Specialist Chaquandra Wilson (email address Chaquandra.k.wilson@usace.army.mil ) and Contracting Officer Van Pinion (email address Van.E.pinion@usace.army.mil). All capability questionnaires shall be submitted via email to Chaquandra.k.wilson@usace.army.mil and Van. E. Pinion@usace.army.mil by 5:00 PM CST on 07 January 2011. All such responses will be considered by the agency. NO HARD COPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Furthermore, extraneous materials (brochures, manuals, etc) will not be considered. NOTE: Registration as an interested vendor for the subject notice does not in any way exempt your firm from submitting the required capability questionnaire. Therefore, if your firm would like to be considered an interested source for this requirement, please submit a capability questionnaire in accordance with the posted announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DYDCDENV/listing.html)
- Place of Performance
- Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
- Zip Code: 35807-4301
- Zip Code: 35807-4301
- Record
- SN02346866-W 20101219/101217234337-5f8680bb6874612e76118c8f6f356581 (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 |