Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 15, 2013 FBO #4129
DOCUMENT

R -- MARKET SURVEY CAPABILITY ASSESSMENT FOR EMERGENCY RESPONSE ENVIRONMENTAL SERVICES multiple locations throughout the FAA Eastern, Southern, New England Service Area and Offshore facilities. - Attachment

Notice Date
3/13/2013
 
Notice Type
Attachment
 
NAICS
562910 — Remediation Services
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-510 EN - Eastern Service Area (Atlanta, GA)
 
Solicitation Number
13447
 
Response Due
3/21/2013
 
Archive Date
3/21/2013
 
Point of Contact
Michael Hollis, michael.hollis@faa.gov, Phone: 404-305-5298
 
E-Mail Address
Click here to email Michael Hollis
(michael.hollis@faa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENDT 0001 The purpose of this amendment is to make the following change(s) or add additional information. NACIS Code as reads 541620, Environmental Consulting Services should reads 562910, Environmental Remediation Services. For purposes of classifying a Government procurement as Environmental Remediation Services, the general purpose of the procurement must be to restore or directly support the restoration of a contaminated environment. This includes activities such as preliminary assessment, site inspection, testing, remedial investigation, feasibility studies, remedial design, remediation services, containment, and removal of contaminated materials or security and site closeouts. The general purpose of the procurement need not necessarily include remedial actions. Also, the procurement must be composed of activities in three or more separate industries with separate NAICS codes or, in some instances (e.g., engineering), smaller sub-components of NAICS codes with separate and distinct size standards. These activities may include, but are not limited to separate activities in industries such as: Heavy Construction; Special Trade Contractors; Engineering Services; Architectural Services; Management Consulting Services; Hazardous and Other Waste Collection; Remediation Services; Testing Laboratories; and Research and Development in the Physical, Engineering, and Life Sciences. If any activity in the procurement can be identified with a separate NAICS code, or component of a code with a separate distinct size standard, and that industry accounts for 50 percent or more of the value of the entire procurement, then the proper size standard is the one for the particular industry, and not the Environmental Remediation Service size standard. ************************************************************ NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING AND EITHER MAILED, FAXED OR EMAILED (Preferred) TO THE CONTRACT SPECIALIST. CONTACT INFORMATION BELOW. This is a Market Survey for Emergency Response Environmental Services. The responses to this market survey will be used for informational purposes only. This is not a screening information request or request for proposal of any kind. The Federal Aviation Administration (FAA) is not seeking or accepting unsolicited proposals at this time. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Therefore any cost associated with the market survey submission is solely at the interested vendor's expense. The FAA is seeking competent small business contractors interested in providing offers for a Multiple, Indefinite Delivery Indefinite Quantity (IDIQ) type Time-and Materials and Labor-Hour contract. This is not a Screening Information Request (SIR) or Request for Proposal (RFP). Background: Emergency Response Environmental Services support is required for FAA projects throughout the FAA Southern, Eastern & New England Regions. The Southern Region (Alabama, Florida, Georgia, Kentucky, Mississippi, North Carolina, South Carolina, Tennessee, Puerto Rico, the US Virgin Islands, and Bahamas. The Eastern Region Area includes Delaware, Maryland, New Jersey, New York, Pennsylvania, Virginia, and West Virginia. The New England Region Area includes Connecticut, Maine, Massachusetts, New Hampshire, Rhode Island and Vermont. Offshore facilities Area include the Bahamas, Republic of Panama, Bermuda, Guantanamo Bay, Cuba, Turks and Caicos, Montevideo, Uruguay, St. Marten and Netherlands Antilles. Offeror firms must specifically identify which specific regions and/or states in which the firm is ready, willing, and able to perform task orders. Offerors must be prepared upon issuance of task orders to promptly submit the required forms and documentation for security clearances and badges for key contractor and subcontractor personnel. Offerors must have the capability to perform any and all work identified in SECTION I below. The FAA expects to award up to three (IDIQ) type Time-and Materials and Labor-Hour contract consisting of a base year and three one-year options to extend services. The annual not-to-exceed amount for each contract will is $750,000.00 with a maximum ceiling price of $3,000,000 for each contract. SECTION I: DESCRIPTION OF WORK TO BE PERFORMS: Offerors shall demonstrate at least four (4) years of experience with and be prepared to address (at a minimum) the following conditions as they related to Hazardous/Regulated Materials and/or Wastes which include, but are not limited to: Friable and non-friable asbestos abatement and release cleanup; Oil, anti-freeze, diesel fuel, gasoline, solvents and other hazardous liquids and solids that have become contaminated or spilled; Oils and oil-filled electrical devices contaminated with Polychlorinated Biphenyls (PCBs); Mercury; Herbicides and pesticides covered under the Federal Insecticide, Fungicide, and Rodenticide ACT (FIFRA); Mold; Sewage; Materials coated with lead-based coating, such as paint; Batteries and sulfuric acid spills from batteries; Damaged refrigerant containing equipment; Collection, containment, storage and proper disposal of all materials and wastes; Characterization of waste in preparation for disposal; Testing potential hazardous atmospheres; Testing soils and/or groundwater following cleanup for contaminants of concern (COC); Decontamination and demolition of FAA sites following natural disasters such as hurricanes, tornadoes, and earthquakes. Sites where the emergency response is required may be on foreign soil, e.g., Bahamas, Bermuda, Cuba, Turks and Caicos, Netherland Antilles, Panama, and Uruguay. Offerors having experience, licenses, and other qualifications for working in these locations should provide such evidence in their submittal. SECTION II “ CAPABILITY STATEMENT: In order to make this determination the FAA requires the following information from interested vendors: 1. Capability Statement - This document should identify the information in SECTION I above: a) Size, location and type of services provided by your firm on previous contracts (elaborate and provide detailed information and past performance), b) Technical Capabilities, c) Key personnel (Program Manager, Project Manager, Supervisor, Environmental/Safety Specialists and etc.) 2. Interested firms are required to submit the attached Business Declaration form and a copy of their Small Business Administration Certification Letter, if applicable. **************************************************************** PLEASE NOTE THERE IS A PAGE LIMITATION OF SEVEN (7) PAGES MAXIMUM PER RESPONSE TO THIS MARKET SURVEY. **************************************************************** Information on pricing is NOT required. However, if vendors submit General information on prices/costs or a commercial/catalog price list, the FAA may use the information for informational purposes only and is NOT binding in any way. There are no drawings and statement of work at this time. If you are viewing this announcement through Fed Biz Ops (www.fbo.gov) the attachments may not be available/viewable to you. Please proceed to FAA's Contract Opportunities Website at faaco.faa.gov to obtain the attachments. All responses to this market survey must be received by March 22, 2013 2:00 PM EST. Submittals can be sent via email, fax, or hard copy. NO PHONE CALLS, PLEASE - Email: Michael.Hollis@faa.gov (Preferred). All submittals should be submitted to: Email: Michael.Hollis@faa.gov (Preferred) Fax: 404-305-5774 Mail: Federal Aviation Administration Eastern Service Area, AAQ-510 ATTN: Michael Hollis, Rm 210 1701 Columbia Avenue College Park, GA 30337 This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169. If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/13542 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/SR/13447/listing.html)
 
Document(s)
Attachment
 
File Name: Business Declaration Form (doc) (https://faaco.faa.gov/index.cfm/attachment/download/29378)
Link: https://faaco.faa.gov/index.cfm/attachment/download/29378

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03010831-W 20130315/130313234639-2e4ca8708f637145cb9ce0c482f0693f (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.