Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
MODIFICATION

F -- Environmental Support Services

Notice Date
5/7/2015
 
Notice Type
Modification/Amendment
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-15-R-0004
 
Response Due
5/22/2015
 
Archive Date
7/6/2015
 
Point of Contact
Samuel C. Layton, 435-831-2932
 
E-Mail Address
MICC - Dugway Proving Ground
(samuel.c.layton8.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT SYNOPSIS THIS IS A SOUCES SOUGHT NOTICE ONLY. The U.S. Government currently intends to award a contract extension for a period of six (6) months for Environmental Support Services (ESS) at Dugway Proving Ground (DPG) on an SOLE SOURCE basis to the incumbent contractor. Continuity of these mission related services being provided is critical. Due to the hazardous nature of some of the waste, suspension of ESS would pose a grave and immediate threat to human health, safety and the environment. It would also result in the Army violating a multitude of federal and state laws and regulations - which will result in fines and adverse legal action against both individual government personnel and the Army. The Government is seeking vendors that may be able to perform this requirement in order to support a competitive procurement that will be ongoing during this extension period. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed sole source Firm-Fixed-Price contract to AQS is for environmental support services at DPG. The contractor, as an independent contractor and not as an agent of the U.S. Federal Government, shall operate DPGs Central Hazardous Waste Storage Facility (CHWSF), provide related CHWSF and additional hazardous I non-regulated waste management functions, and provide regulatory compliance support for the DPG Environmental Programs. These services are required to enable DPG to operate a State of Utah permitted hazardous waste storage facility in compliance with State of Utah permit UT 3750211259, issued March 15, 1994, and comply with all Federal, State and Army requirements. Work assignments shall be issued by the Federal Government to implement the general requirements of this contract. Each work assignment shall define the specific tasking. Each specific work assignment shall contain sufficient background information for the contractor to determine the scope of work and the performance criteria used for completing the work satisfactorily. The contractor shall perform the following genera! functions: (a) Manage a permitted storage facility for hazardous and non-regulated wastes; (b) Pick-up and transport waste and materials on the DPG installation; (c) Sampling and analysis of wastes and materials; (d) PCB waste management; (e) Container management; (f) Perform inspections of (1) Solid Waste Management Units (SWMUs); (2) 90-Day Storage Sites; and (3) CHWSF and related equipment; (g) Manifest review, generation, tracking and management; (h) Transportation and disposal of wastes/materials off-site; (i) Training (Formal and Informal) of generators; 0) Management of used oils; (k) Oversight of 90-day sites; (I) Interim measures; (m) RCRA and CAA compliance support; (n) Provide Environmental Management System Support; (o) Maintain and update the DPG species listing; (p) Coordinate with Natural Resource Office (NRO) Manager to produce an annual report of completed actions; (q) Provide status input to the NRO manager on current status of assigned items and projects; (r) Track and update animal related issues; (s) Develop, maintain, coordinate, and update Integrated Natural Resources Management Plans; (t) Conduct site specific wildlife surveys and inventories; and (u) Provide meeting support for NRO projects, regulatory interactions and general meetings in support of the DPG mission. A determination on the contract type and mechanism for procuring the services will not be made by the Government until after the market research has been completed. The anticipated North American Industry Classification System Code (NAICS) for this requirement is 562211 and the size standard is $35.5 Million. The statutory authority for the sole source procurement is 10 United States Code 2304(c)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government-wide Point of Entry. It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement. Responses should provide the following information in response to this sources sought announcement: (1) business name and address; (2) name of company representative and their business title; (3) pertinent details and experience of doing this type of services; (4) a listing of all the socioeconomic categories the company is eligible for (e.g., 8(a), HubZONE, woman-owned, service-disabled veteran owned, etc.); (5) contract types typically used for these types of services; (6) other contract vehicles that would be available to the Government for the procurement of these services; and (7) whether the services required are or not used exclusively for Governmental purposes. PROCEDURES: This Sources Sought Announcement or Request For Information (RFI) is a required component of a complete and systematic process to evaluate interested parties in order to minimize cost both to potentially interested parties and the Government. Interested sources are also encouraged to submit company literature in response to this RFI. Any submission of such literature or other documentation will be treated separate from, and will have no bearing on, any subsequent evaluation of proposals submitted in response to any resulting future formal Request for Proposal. Interested parties should provide a statement of interest on company letterhead (not to exceed 20 pages in length). No basis for claim against the Government shall arise as a result of a response to this Sources Sought announcement or Government use of any information provided. Elaborate proposals or pricing information are neither required nor desired. Any innovative and new conceptual ideas to achieve the stated objective are encouraged. No solicitation document exists for this request for Sources Sought announcement. This notice is for informational purposes only; it is not a request for proposals nor should it be construed as a commitment by the Government. The Government will not pay for any effort expended into responding to this sources sought announcement. Responses must be submitted no later than 5:00 PM (local prevailing time at U.S. Army Dugway Proving Ground, Utah), May 18, 2015 via email (samuel.c.layton8.civ@mail.mil). All correspondences shall reference the sources sought announcement number W911S6-15-R-0004.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f19e08bc24fdb90baa91fdcc24602015)
 
Place of Performance
Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
 
Record
SN03723295-W 20150509/150507234628-f19e08bc24fdb90baa91fdcc24602015 (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  © 1994-2020, Loren Data Corp.