Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 02, 2013 FBO #4116
SOURCES SOUGHT

R -- ESG AFCEC Environmental Services RFI - Draft Performance Work Statement (PWS)

Notice Date
2/28/2013
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ESG - Enterprise Sourcing Group, Building 1, 1940 Allbrook Dr, Wright Patterson AFB, Ohio, 45433-5006, United States
 
ZIP Code
45433-5006
 
Solicitation Number
FA8903-13-R-0071
 
Archive Date
4/12/2013
 
Point of Contact
Tracy E Harris, Phone: 2103958738, Beatrice Torres, Phone: 2103958103
 
E-Mail Address
tracy.harris.8@us.af.mil, beatrice.torres@us.af.mil
(tracy.harris.8@us.af.mil, beatrice.torres@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Performance Work Statement (PWS) for Environmental Services (ES), dated 26 Feb 2013, 35 Pages. THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE. THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY. This RFI is issued for the purpose of developing a viable solicitation that will best communicate the Government's requirements to industry. Response to this RFI is strictly voluntary and will not affect any firm's ability to submit an offer if, or when, a solicitation is released. There is no bid package or solicitation document associated with this announcement. The requested information is for planning purposes only and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of information in response to this RFI. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Respondents of this RFI may be requested to provide additional information / details based on their initial submittals. The Government reserves the right to select, one, some, or none of the submissions for further investigation. Contractors who submit information in response to this RFI do so with the understanding that U.S. Government personnel as well as their support Contractors may review their material and or data. Since this is an RFI to be used in planning a future acquisition, please do not send in any proposals. Request for proposals (RFP) if, or when, issued, will be available on FedBizOpps at https://www.fbo.gov/. As such, it is the potential offeror's responsibility to monitor this site and other government identified sites in the RFP for the release of any additional information. GENERAL INFORMATION: The 772d Enterprise Sourcing Squadron/Environmental Services Contracting (772 ESS/PKS) at Joint Base San Antonio (JBSA), Lackland, TX, is planning to contract with firms to perform environmental services to address environmental needs at Air Force installation locations within the East Regional Support Team (RST) (includes EPA regions 1, 2, 3 and 4) in accordance with technical and regulatory requirements. 772 ESS/PKS anticipates the award of Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to multiple firms using North American Industry Classification System (NAICS) code 562910. The business size standard associated with this NAICS code is 500 employees. All sub-categories of small businesses are being looked at during our market research phase. 772 ESS/PKS is considering the inclusion of Firm Fixed Price (FFP) pricing arrangements in each contract. Additionally, we currently anticipate that each contract will have a 4-year basic ordering period with performance to continue up to 24 months after the end of the ordering period. Registration in the System for Award Management (SAM) will be mandatory for these contracts (see SAM website at https://www.sam.gov/portal/public/SAM/. It is anticipated that contracts will be required to provide for environmental conservation, environmental compliance, pollution prevention, and environmental operations and maintenance support activities necessary to support AF and Air Force Civil Engineer Center AFCEC environmental mission requirements. Activities include but are not limited to: Environmental, Safety, and Occupational Health Compliance Assessment and Management Program (ESOHCAMP), air quality, cultural resources, hazardous material management, hazardous waste management, natural resources, pollution prevention, remedial action operations and maintenance, long term monitoring, pesticide management, petroleum, oil, and lubricants (POL) management, solid waste management, storage tank management, asbestos, radon, lead-based paint and other lead-containing materials, waste water and storm water annual permitting, drinking water surveillance, ordnance removal and disposal, demolition, precision leak testing, environmental baseline surveys (EBSs), and environmental impact analysis process. Examples of specific services include tasks such as operating and maintaining pollution control or remedial action system equipment, characterizing waste streams, environmental monitoring, sampling, and analysis, operating a hazardous waste accumulation site, and updating existing environmental plans. The following are not expected to be included in the scope of any contract: stand- alone design, traditional construction, advisory and assistance services, and basic research. The procedures applicable to the acquisition of architect-engineer services, as prescribed in FAR Subpart 36.6, will also not apply to any contract. SUBMISSIONS The 772 ESS/PKS requests feedback from interested parties through the following survey link: www.mcix.com/EQS The Questionnaire that is provided in PDF format will be for INFORMATIONAL PURPOSES ONLY. Responses to the RFI will ONLY be accepted via the weblink provided above. Responses must be received via this weblink no later than 28 Mar 2013, 1200 EST. Note that official information concerning this RFI will be provided by the Contracting Officer. If you experience trouble with this link, please contact the Contracting Officer or Contract Specialist. Additional information is also provided for your review to assist in completing the RFI survey. The following document is included as an uploaded attachment to this notice: Attachment 1 Draft Performance Work Statement (PSW), dated 26 Feb 2013, 35 pages.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/773f7a6757230746582ed869f2026c7a)
 
Place of Performance
Address: Eastern United States Region to include: Maine, New Hampshire, Vermont, Connecticut, Delaware, New York, Massachusetts, Rhode Island, District of Columbia, New Jersey, Maryland, Pennsylvania, West Virginia, Virginia, North Carolina, South Carolina, Kentucky, Tennessee, Mississippi, Alabama, Georgia, and Florida., United States
 
Record
SN02998832-W 20130302/130228235026-773f7a6757230746582ed869f2026c7a (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.