Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 11, 2016 FBO #5193
SOURCES SOUGHT

F -- Environmental Remediation Multiple Award Performance-Based IDIQ FY18 - W9124J-16-R-ENVR DRAFT PWS 9 Feb 2016 Army Environmental Remediation Services

Notice Date
2/9/2016
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Sam Houston (JBSA), 2205 Infantry Post Road, Bldg. 603, Fort Sam Houston, Texas, 78234-1361, United States
 
ZIP Code
78234-1361
 
Solicitation Number
W9124J16RENVR_Army_Environmental_Command_ERMAFY18
 
Point of Contact
Joanna B. Cox, , April J. Kreps,
 
E-Mail Address
joanna.b.cox.civ@mail.mil, april.j.kreps.civ@mail.mil
(joanna.b.cox.civ@mail.mil, april.j.kreps.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
W9124J-16-R-ENVR DRAFT PWS Army Environmental Remediation Services 9 Feb 2016 This is a Sources Sought announcement ONLY ; no solicitation exists at this time. In response to the Department of Defense (DoD) and Department of the Army (DA) Performance-Based Acquisition (PBA) initiative, the U.S. Army Mission and Installation Contracting Command (MICC) is seeking information on sources that provide performance-based environmental cleanup services. The U.S. Government desires to procure the environmental cleanup services on a small business set-aside basis, provided two or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if two or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantaged Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes - it 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. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on FedBizOpps.gov. It is the responsibility of potential offerors to monitor FedBizOpps.gov for additional information pertaining to this requirement. The anticipated NAICS code is 562910 Environmental Remediation Services, Size Standard in Number of Employees: 500. Attached is a DRAFT Performance Work Statement (PWS) dated 9 February 2016. Please note that this is a DRAFT and is attached for reference only. Anticipated work would be conducted under the Installation Restoration Program (IRP), Military Munitions Response Program (MMRP), Base Realignment and Closure Program (BRAC), Compliance Cleanup Program (CC), and/or the Operational Range Assessment Program (ORAP), which are program areas under the Army Environmental Cleanup Program. It is anticipated that if a solicitation results from this notice, it will be to award a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) Contract for approximately $200 Million, set-aside for Small Business. The Contract will support the Army's environmental cleanup program, replacing the existing Environmental Remediation Multiple Award (ERMA) IDIQ Contract which is nearing expiration. Up to seven (7) firms may be selected. Required capabilities include, but may not be limited to, the ability to: 1) characterize or determine the nature and extent of potential environmental contamination, 2) develop feasible or proposed approaches to the restoration of water and/or soils, 3) design, build, and operate environmental restoration treatment systems, 4) conduct environmental sampling and provide environmental monitoring services, 5) perform military munitions response activities, 6) prepare reports and 7) successfully negotiate with and obtain approval from applicable stakeholders on all phases of the environmental restoration process. This work will be conducted primarily under the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) and the Resource Conservation and Recovery Act (RCRA)) although some state and local regulations, and DoD Directives may also apply. Documentation submitted in response to this notice is due 23 February 2016, 1700 (CST). Response shall not exceed 5 pages (8 1/2 X 11). Bulleted responses are acceptable. Please provide the following: 1. A discussion of your ability to perform the above stated efforts, experience in working with Federal cleanup programs (particularly DoD) associated with the restoration of ground and surface water, the handling and disposition of hazardous, toxic and radioactive waste (HTRW), the detection and remediation of munitions and explosives of concern (MEC), the ability to address commingled MEC, Munitions Constituents (MC), and HTRW during all phases of the CERCLA and RCRA processes, and experience in achieving site closeout with appropriate Federal, state and local environmental cleanup requirements under a fixed price contractual arrangement. 2. To facilitate in making a capability determination, provide a brief outline of past performance/previous experience (within the past 5 years) on similar type work (i.e., fixed-price remediation) to include dollar value, Contracting Organization, Contract number, prime or subcontract designation, type of work involved, complexity, timeframe, and government or commercial, as well as address the following: •Corporate experience managing performance-based acquisitions; •Corporate experience conducting and overseeing all aspects of technical and administrative work described above, on contracts that exceed $5 million in value; •Corporate experience integrating multiple subcontractors in meeting performance objectives; •Demonstrated experience working on large, active federal installations; and •Corporate experience performing remedial requirements on the HTRW, MEC and mixed waste. 3. Information to help determine if the environmental cleanup services requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 4. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 5. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Dean Carsello, at dean.m.carsello.civ@mail.mil or 210-466-2419, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 6. Recommendations to improve the approach/specifications/draft PWS to acquiring the identified services. In addition to the 5-page documentation stated above, in the cover letter to this response please provide the Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. Your package shall be received by the MICC Environmental Division, not later than 23 February 2016, 1700 CST. Documentation shall be forwarded to ALL of the following ( via EMAIL ONLY ): April J. Kreps, Contracting Officer, april.j.kreps.civ@mail.mil ; Javelin M. Carouthers, Contract Specialist, javelin.m.carouthers.civ@mail.mil ; and Joanna B. Cox, Contract Specialist, joanna.b.cox.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/edb270f67071895716a1931aa72fd8fc)
 
Place of Performance
Address: Various CONUS Locations., Contracting Office:, MICC Environmental Division - JBSA Fort Sam Houston, TX, United States
 
Record
SN04014166-W 20160211/160210042103-edb270f67071895716a1931aa72fd8fc (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.