Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 27, 2016 FBO #5209
SOURCES SOUGHT

R -- ENVIRONMENTAL ENGINEERING PROFESSIONAL AND TECHNICAL SUPPORT SERVICES (EEPTSS)

Notice Date
2/25/2016
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, National Guard Bureau, National Guard Bureau, Systems & IT Branch, 111 S. George Mason Dr., Arlington, Virginia, 22204, United States
 
ZIP Code
22204
 
Solicitation Number
EEPTSS-RFI
 
Archive Date
4/7/2016
 
Point of Contact
Susan Klypchak, Phone: 7036071220, Stacy MacKay, Phone: 7036071661
 
E-Mail Address
susan.l.klypchak.civ@mail.mil, stacy.mackay@us.army.mil
(susan.l.klypchak.civ@mail.mil, stacy.mackay@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Request for Information (RFI) for planning purposes only and 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. Response to this RFI is strictly voluntary. This notice does not commit the Government to contract for any supply or service. Further, the 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 Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Respondents will not be notified of the results of the market analysis. 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 North American Industry Classification System ( NAICS) code is 562910 Environmental Remediation Services (Note 14), Size Standard is 500 employees. This RFI constitutes a market research tool for the collection and analysis of information to determine the capabilities and capacity of contractors for the EEPTSS program. The Government intends to award a Multiple-Award IDIQ contract for EEPTSS. The Government anticipates a 5 year contract with a base period of one (1) year and four (4) option years. SCOPE OF SERVICES: The anticipated contract will be required to provide full environmental engineering services for the National Guard installations across the CONUS and its surrounding territories. The types of services are further explained, but not l imited to the following four environmental areas: 1. Environmental Restoration Program (ERP). This part of the EEPTSS Program involves the study and assessment of potentially contaminated sites, remedial design activities, and remedial actions, to include emergency and routine cleanup, quick-response actions, project closeout and other documents. The ERP includes Installation Restoration Program, assessment of Emerging Contaminants, the Military Munitions Response Program and the Compliance Restoration Program (known as the Compliance-related Cleanup (CC) Program in the ARNG). Typical tasks or services include, but not limited to: Site Investigation, Management Action Plans, Remedial Investigations, Feasibility Studies, Remedial Designs, Removal and Remedial Actions, Operations, Maintenance and Monitoring, Project Closeout, Corrective Measures Studies, Corrective Action Plans, Storage Tank Site Assessments and Removal Actions. 2. Environmental Quality Program. This program serves as the administration element of the EMS and involves all aspects of environmental compliance and pollution prevention programs. It includes an assessment and program management system for achieving, maintaining and monitoring compliance with ail environmental health and safety requirements. Typical tasks or services under this Program Element include, but not limited to: Hazardous Waste and Materials Compliance, Pollution Prevention, Waste water and Storm water Management, Storage Tank Compliance, Operational Range Assessments and Air Quality Management. 3. Environmental Planning Program. This element involves the study, assessment and the development of documentation to integrate environmental concerns into every phase of the planning process. This program ensures an orderly development process and provides future planners with the documentation factors and rationale on the environmental consequences of proposed actions such as construction, aircraft or mission conversions, and military training activities. Typical tasks or services under this Program Element include, but not limited to; Environmental Assessments, Environmental Impact Statements, Noise Studies, Natural Infrastructure Assessments and Environmental Baseline Surveys. 4. Natural and Cultural Resources Program. This program involves development of a variety of management plans to protect and preserve natural and cultural resources. This program ensures proper land use management, preservation of natural habitats and protection of rare, threatened and endangered species. Cultural resources management protects artifacts and historic structures from harm, respecting their significance and preventing impact from current and future planned activities. Typical tasks and services under this Program Element include, but not limited to; Integrated Cultural Resource Management Plans, Biological Surveys, Integrated Natural Resource Management Plans and Pest Management Plans. Provide the following in response from interested parties as follows: 1. Cover letter to include: a. Name and address of the firm, DUNS number and Cage Code. b. A point-of-contact to include phone number and email address. c. A statement regarding the firms' business size status (i.e. Other than Small (OTS) Small Business (SB), Small Business Disadvantaged (SDB), Women-Owned Small Business (WOSB), Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HubZone), Section 8(a), etc.) 2. Answers to the following questions: a. Does your firm currently hold a contract(s) for the type of environmental area listed above? Are your contract(s) an IDIQ, if so, is it a multiple or single award? Are task order firm-fixed price, if not, explain type of contract. Does your contract(s) cover all four environmental areas listed above, or do you have different contracts that cover one or more of the areas. What NAICS code is being used? What is your pricing structure? b. Provide your experience in the indicated scope of work. Please provide examples of projects completed for each of the four environmental sections (limit 2 per each of the 4 environmental areas provided above), provide only contract number; type of service; dollar amount; complexity; type of contract; period of performance; a brief description of the scope of services and statement for which of the four areas it applies. If your firm is a small business, did you perform as a prime contractor or a subcontractor? Note, if you have an IDIQ please just provide the information at the task order level which work was performed. c. Have performance based services been used for these services previously or currently being worked? If so, how did regulatory standards affect metrics? Were incentives used? What kinds of assessment methods are commonly used? d. Have services identified within the scope of work been provided to the private sector? If so, please provide commercial procedures used, terms and conditions, and type of services. e. Would limits on subcontracting IAW FAR 52.219-14 (small businesses) affect the ability to perform on larger projects within the scope of work areas described above? Please explain. f. Have you submitted Small Business Participation plans for services described in the scope of work? If so, were goals achieved? If not, why? Responses shall not exceed 5 pages excluding cover page, 8 1/2" X 11", font size not smaller than 10. Please e-mail responses to ng.ncr.ngb-arng.mbx.environmental-idiqs@mail.mil and Stephanie.a.mackay.civ@mail.mil not later than 23 March 2016, 5:00 pm EST. Responses must include in subject line Request for Information: Environmental Engineering Professional Technical Support Services (EEPTSS).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA92/EEPTSS-RFI/listing.html)
 
Record
SN04031394-W 20160227/160225235050-e73b6ce66a93b166bfa83d1d7f196c5a (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.