SPECIAL NOTICE
H -- Notice of Intent to Sole Source - Installation Restoration Program
- Notice Date
- 5/28/2015
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- ACC-APG Garrison Contracting Division, 6001 Combat Drive, ABERDEEN PROVING GROU, MD 21005-0000
- ZIP Code
- 21005-0000
- Solicitation Number
- W91ZLK11P0532
- Archive Date
- 5/27/2016
- Point of Contact
- Susan Sowa, 443-861-4738
- E-Mail Address
-
ACC-APG Garrison Contracting Division
(susan.l.sowa.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a NOTICE OF INTENT TO SOLE SOURCE. Notice Number W91ZLK-11-P-0532. The Army Contracting Command Aberdeen Proving Ground, Supplies and Services Division, 6001 Combat Drive, Aberdeen Proving Ground MD 21005, in support of the Garrison has the following intent to Sole Source. The sole source is for a modification to previously awarded purchase order W91ZLK-11-P-0532, in support of Aberdeen Installation Restoration Program (IRP) the Army's cleanup program for Aberdeen Proving Ground. The mission requires IRP to investigate potentially contaminated sites and determine if the site possesses a human health risk or ecological risk. If a risk is identified, then remedial action will follow. The government intends to modify purchase order W91ZLK-11-P-0532 to add two additional sites. The intent to sole source is in accordance with sole source justification authority FAR Part 13.106-1(b)(1)(i). The associated North America Industry Classification System (NAICS) Code is 541330 and the Business Size Standard is $14.0M. This requirement has no relation to any future effort to procure support services for a follow-on order, which is currently projected to be solicited calendar year (CY) 2017. W91ZLK-11-P-0532 is awarded to HGS Engineering, Inc., 1121 Noble Street, Anniston, Al 36201. Cage Code 1HJH9. Purchase order W91ZLK-11-P-0532 supports the Army, to help conduct the oversight of various sites. This contracted work is site dependent consisting of one or more of the following activities: sediment, soil or groundwater sampling/monitoring, tree and ground cover maintenance, landfill maintenance, and cap or soil maintenance along with yearly regulatory reporting. The Government intends to add two additional sites to the existing purchase order: Bush River Operable Unit 2B and Bush River OU3 Surface Units, these two sites are landfill areas and have similar requirements to sites that are currently under the purchase order. These requirements are field sampling, maintenance cover activities, site inspection for cap integrity and quarterly/yearly reports. HGS is the only contractor that has the approved regulatory LTM work plans and has the system in place to handle the work immediately, which is required for spring/summer sampling 2015 events. Thus ensuring compliance and keeping the Army from potential violations for non-compliance. Work can be done immediately since the existing work plans covers the same activity they are currently conducting. Failure to maintain these sites could result in corrective action by the Environmental Protection Agency (EPA). Comprehensive Environmental Response, Compensation and Liability Act (CERCLA) Section 121(e) gives the right for fines not to exceed $25,000. Documentation required to do the work typically takes 6 to 8 months for regulatory approval. Documentation includes Health and Safety/Work Plan along with a Quality Assurance Plan. Several requirements require 40 hours OSHA training, working in the remediation field, understanding CERCLA requirements, writing documents and access to restricted areas on APG. There are no other contractors who can provide this service in the timeframe required to maintain regulatory compliance. Additionally, awarding a new contract would duplicate the required documents and costs. Costs would also be incurred to bring sites back into compliance, if they become non-compliant. CLIN 3008: LTM Site Bush River Operable Unit 2B. These requirements are field sampling, maintenance cover activities, site inspection for cap integrity and quarterly/yearly reports. CLIN 3009: New LTM Site Bush River OU3 Surface Units. These requirements are field sampling, maintenance cover activities, site inspection for cap integrity and quarterly/yearly reports. CLIN 4008: LTM Site Bush River Operable Unit 2B. These requirements are field sampling, maintenance cover activities, site inspection for cap integrity and quarterly/yearly reports. CLIN 4009: New LTM Site Bush River OU3 Surface Units. These requirements are field sampling, maintenance cover activities, site inspection for cap integrity and quarterly/yearly reports. All responses received within 10 days after date of publication of this notice will be considered by the Government by responsible sources. This notice of intent is not a request for proposals or quotations. A determination by the Government not to compete this proposed modification based upon responses to this notice, is solely within the discretion of the Government. Interested persons may identify their interest and capability to respond to the requirement no later than 10:00 AM Eastern Time, June 6, 2015. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government in future procurements. For questions concerning this Notice of Intent, contact Ms. Susan Sowa, email: susan.l.sowa.civ@mail.mil Posting date of this requirement is May 28, 2015. NO TELEPHONE REQUESTS WILL BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2fb0e277fe56f957ce3f4f790dbff674)
- Record
- SN03744924-W 20150530/150529035440-2fb0e277fe56f957ce3f4f790dbff674 (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 |