SOURCES SOUGHT
Z -- INSTALLATION ENVIRONMENTAL SUPPORT SERVICES AT
- Notice Date
- 3/28/2014
- Notice Type
- Sources Sought
- NAICS
- 562910
— Remediation Services
- Contracting Office
- MICC Center - Fort Sam Houston (JBSA), Directorate of Contracting, Fort Sam Houston, TX 78234-1361
- ZIP Code
- 78234-1361
- Solicitation Number
- W9124J-14-R-0029
- Response Due
- 4/4/2014
- Archive Date
- 5/27/2014
- Point of Contact
- Andrea Palmer, 210-466-2201
- E-Mail Address
-
MICC Center - Fort Sam Houston (JBSA)
(andrea.g.palmer.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- On behalf of the Assistant Chief of Staff for Installation Management (ACSIM), Base Realignment and Closure (BRAC) Division, information is being gathered to determine the availability of resources to provide Installation Environmental Support Services at Fort Sheridan, Illinois. The incumbent caretaker contractor is Kemron Environmental Services. The scope of work includes but is not limited to: environmental investigation and remediation; intrusive investigation of munitions and explosives of concern (MEC); and long-term monitoring (LTM), and operation and maintenance (O&M) services (consisting of lawn mowing services, cap repairs and implementation of land use controls (signage)) for landfills and areas with residual soil contamination at Fort Sheridan, Illinois. The sites covered under this requirement are Landfill #1, Landfill # 5 (including Coal Storage Area #3), Landfill # 6, Landfill # 7 and the former AAA Firing Point B. The information received will be used within the Mission and Installation Contracting Command - Fort Sam Houston Contracting Office to facilitate the decision making process and will not be disclosed outside of the organization. This announcement is for planning and informational purposes only and SHALL NOT be considered an Invitation for Bid, Request for Quotation, or Request for Proposal. There is no obligation on the part of the Government to acquire any products or services described in this Sources Sought. This office does not intend to award a contract on the basis of this Sources Sought or reimburse respondents for information solicited. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the Contracting Office in developing its acquisition strategy. The North American Industry Classification System (NAICS) code for this acquisition is 562910 (Environmental Remediation Services), with a corresponding Small Business Size Standard of 500 employees. The anticipated period of performance is 3 years from date of award with a ceiling of $2.3M. Vendor responses are limited to five (5) written pages (PDF or MS Word Format) and should include: -Company profile to include company name, office location(s), DUNS/CAGE Code number, email address, and a statement regarding current small/large business status (i.e. - certified 8(a), Service Disabled Veteran-Owned (SDVOSB), Woman-Owned (WOSB), Economically Disadvantaged Woman-Owned (EDWOSB), or certified HUBZone). Large Businesses ARE permitted to respond to notice. -Prior/current experience performing efforts of similar size and scope within the last five years, including contract number, organization supported, indication of whether a prime or subcontractor, contract value (and value of subcontract, if a subcontractor), Government/customer point of contact with current phone number and email address, and a brief description of how the referenced contract relates to the services described herein. -The respondent may identify any unique characteristics or alternative solutions to the performance of work. -Identify the contract type (e.g., Firm Fixed Price (FFP), Cost, etc.) you believe is appropriate for the requirement and any limitations to your firm's ability to propose a FFP. -This is a BRAC installation subject to transfer/conveyance. Provide comments on challenges with potential phase-out or PWS de-scope if required by transfer/conveyance activities. -Provide a (Rough Order of Magnitude) ROM estimate based on the attached draft PWS and the anticipated period of performance for this requirement. Respondents are encouraged to review the information requested above carefully and ensure a complete response for thorough consideration. Please note respondents responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government will not review general capability statements, please ensure submissions are tailored to this requirement. The Government will not return any information submitted in response to this notice. Responses to this sources sought notice shall be submitted on or before COB on 04 April 2014 via email to Andrea G. Palmer at andrea.g.palmer.civ@mail.mil or by mail to Mission and Installation Contracting Command, Mission Contracting Office - Fort Sam Houston, ATTN: Andrea G. Palmer, 2205 Infantry Post Road, BLDG 603, Fort Sam Houston, Texas 78234-1361. Questions shall be submitted via email to the POC above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/db675df1ead9661b53417e3f9b27cc41)
- Place of Performance
- Address: MICC Center - Fort Sam Houston (JBSA) Directorate of Contracting, Fort Sam Houston TX
- Zip Code: 78234-1361
- Zip Code: 78234-1361
- Record
- SN03323475-W 20140330/140328234603-db675df1ead9661b53417e3f9b27cc41 (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 |