SOURCES SOUGHT
F -- SOURCES SOUGHT
- Notice Date
- 12/23/2010
- Notice Type
- Sources Sought
- NAICS
- 562910
— Remediation Services
- Contracting Office
- USAR Contracting Center - South (Jackson), 4340 Magruder Avenue, 1st Floor, Fort Jackson, SC 29207
- ZIP Code
- 29207
- Solicitation Number
- W9123811SOURCES
- Response Due
- 1/17/2011
- Archive Date
- 3/18/2011
- Point of Contact
- Regina N. Givens, 916-557-5190
- E-Mail Address
-
USAR Contracting Center - South (Jackson)
(regina.n.givens@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Government is seeking sources for Market Research ONLY to support the services listed below for which the applicable NAICS Code is 562910, Environmental Remediation Services. The Federal Supply Code (FSC) will be F108, Hazardous substance removal, clean-up & disposal services & operational support, and the Standard Industrial Code (SIC) used is 8744. The size standard for samll business is 500 employees. Indefinite Delivery, Indefinite Quantity (IDIQ) award contract not to exceed $9.5 Million over a five year period (1 year base period and four one-year option periods). There is no limitation to the size of Task Orders issued other than the maximum contract value. The Contract will be firm fixed price task orders Specific scope of work for specific projects will be issued with each Task Order. The type of task order utilized will be determined on a case by case basis by the Government. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATION, 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 regina.n.givens@usace.army.mil or angela.hermanson@usace.army.mil. All responses will be analyzed in order to determine the appropriate acquisition strategy for a potential future acqusition. 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 even the market does not indicate small business interest. Project Description: Work performed under this contract will be Environmental Services to support the Army in environmental monitoring, restoration, compliance, and remediation at various Installation Restoration Project (IRP) sites on Fort Hunter Liggett. Work may include: geologic and engineering investigations to determine the nature and extent of soil and/or groundwater contamination, soil and groundwater sampling and analysis, engineering studies to develop remedial processes to address groundwater contamination, development of remedial technologies to address groundwater cleanup, and design, construction, and/or operation of groundwater remedial systems. This site also contains a closed landfill that will require long term operations and maintenance activities. Currently investigations are underway at two groundwater contamination sites, and a remedial action plan for one site will be issued in 2011. The other site will be investigated under a current contract and planned to be completed in 2012. The subsequent contractor will be responsible for construction and operation of the two groundwater remediation systems. Capabilities and Qualifications: a. Qualified personnel are required with recent knowledge and experience in: 1.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. 2.Multi-media chemical sampling and analysis, chemical data quality control for a wide variety of compounds. 3.Demolition and debris removal and disposal. 4. Drilling, excavating and sampling to obtain geotechnical and chemical data, installation, development, and abandonment of groundwater monitoring, injection or extraction wells. 5. Contaminated soil and groundwater investigation. 6. Operation and maintenance of groundwater treatment plants. 7. Consultation/coordination with other agencies. 8. Landfill operations and maintenance for a closed landfill, landfill gas sampling. 9. Stormwater and drinking water compliance programs in accordance with Clean Air and Water Act, Porter-Cologne, the NPDES requirements. 10. 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. b. Specialized Experience and Technical Competence in: 1. Development Superfund documents including RI/FS, Proposed Plans and RODs. 2. Coastal monitoring and field data collection. 3. Documentation associated with federal property transfer. 4. Soil and water sampling as specified in US Army and USEPA guidance documents and remedial action operations. 5. Closed landfill operations and maintenance activities 6. Development of community relations plans. 7. GIS mapping using ESRI products. 8. Experience with NEPA/CEQA analysis, habitat evaluation measures, and design of mitigation measures.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/79ba5120e46429370536204ee49e5c39)
- Place of Performance
- Address: USACE - Sacramento District 1325 J Street Sacramento CA
- Zip Code: 95814
- Zip Code: 95814
- Record
- SN02350123-W 20101225/101223233733-79ba5120e46429370536204ee49e5c39 (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 |