Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 03, 2016 FBO #5489
SOURCES SOUGHT

99 -- Technology Requirents for ERS

Notice Date
12/1/2016
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-17-S-E002
 
Archive Date
1/19/2017
 
Point of Contact
Julia K. Siderewicz, Phone: 4029952063
 
E-Mail Address
julie.k.siderewicz@usace.army.mil
(julie.k.siderewicz@usace.army.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
Request for Information for an Environmental Remediation Service Technical Requirement for the U.S. Army Corps of Engineers - Omaha District Request for Information (RFI) for an Environmental Remediation Service Technical Requirement for Various Project Sites for the U.S. Army Corps of Engineers - Omaha District. This is an RFI for planning purposes only and is not a notice of solicitation issuance. Response to this RFI is strictly voluntary and will not affect any company's or corporation's ability to submit an offer, if and when a solicitation is released. There is no bid package or solicitation document associated with this RFI announcement. This RFI is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect cost or charges will arise as a result of the submission of a company's or corporation's information. The Government shall not be liable for or suffer any consequential damage for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations and requirements. The U.S. Army Corps of Engineer - Omaha District, on behalf of the Northwestern Division Regional Business Center (NWD/RBC) is seeking information about potential Woman Owned Small Business (WOSB) sources interested and capable of providing the requested environmental remediation service under North American Industry Classification System (NAICS) 562910, Environmental Remediation for Environmental Remediation Services at various project sites within the Omaha District boundaries and/or for existing or potential customers to meet the needs of their Environmental Programs. This RFI constitutes a market research tool for the collection and analyses of information to determine WOSB's capability to provide the Environmental Remediation Service Requirement based on the description below: Scope of Work - Technology Requirement for Environmental Remediation Services The Scope of Work (SOW) requirement is as follows: A green and sustainable technology is sought to remove the full suite of organic compounds (including petroleum hydrocarbons, chlorinated solvents, pesticides and PCBs, munitions constituents, and chemical warfare agents) and select metals from soils, rending it fully treated sufficient for onsite reuse without restrictions (i.e, cleanup to residential standards). The technology should be capable of treating all contaminants removed from soils through necessary treatment processes which destroy or otherwise chemically reduce the contaminants, and address any byproducts such as acidic gases. Moreover, the technology should be able to operate on a renewable source of fuel, thereby minimizing the carbon footprint of its operations. It is preferred that the technology be similarly applicable to treatment of water, and for both in-situ and ex-situ applications. Submissions Capabilities package/response submittal must be received not later than 2:00 PM (CST), 04 January 2017. Any information is voluntary. Interested firms having the ability necessary to meet or exceed the above requirement of the Scope of Work - Technology Requirement for Environmental Remediation Services under NAICS code 562910, Environmental Remediation, may submit a capability statement package. Submissions that do not comply with the instructions stated may not be reviewed. Submissions must be in the order listed below. Specific and concise replies must be provided for each requirements below with no exceptions. 1. A transmittal letter shall include: a. Name & address of the company; b. Company's business size status - Women-Owned Small Business (WOSB), Section 8(m); and c. A point of contract (POC) to include phone number, fax number, and email address. In addition, please provide affiliate information: parent company, joint venture partners, and potential teaming partners, if applicable. 2. The capability statement package, (question about prior experience) a. Provide listing of active/previous environmental remediation contract(s)/project(s) related to the SOW - Technology Requirement for Environmental Remediation Services; and b. Describe current/previous successful teaming arrangements with other business concerns, large or small. 3. This RFI is for planning purposes and is not to be construed as a commitment by Omaha District to pay for information submitted in response to this request. Respondents will not be notified of the results of the market analysis and debriefings will not be available. It is the reader's responsibility to monitor FedBizOpps for a resultant or future solicitation package (s), if advertised. 4. Results of market research will be used to satisfy Parts 5, 10, 19 and other applicable parts of the Federal Acquisition Regulation (FAR) and associated directives and guidance. Specifically, the results of the research will be used to analyze, evaluate, determine and document the capabilities of WOSBs to provide the service(s) as described in the SOW. The information gathered may be used by the Government in a variety of ways such as benefit and cost determination and justifications; or to determine industry best practices along with technical and acquisition approaches. 5. In addition to the above, the Government requests comments from interested parties to the following questions: a. Would you be interested in submitting a proposal considering the anticipated SOW items? If not, why? b. In reference to 2 above, do you have sufficient experience in the anticipated SOW that would allow the evaluator to assess your capability? If not, please explain. c. What maximum annual capacity of work can your firm reasonably manage, while assuring effective and efficient program/project implementation and maintaining quality products? Provide any relevant information that demonstrates the ability to manage, execute and administer a project with annual revenue between $ 2-10 Million annually. d. Do you have a current DCAA audit? If so, when was it executed? e. Do you have site characterization and removal design support experience? g. If you are a small business, would you consider submitting a proposal as a prime contractor? h. Would you participate in this acquisition with other firms as teaming members or joint ventures? If so, what other teaming opportunities do you see for this acquisition? i. For WOSB consideration, would your firm be able to compete under NAICS code 562910? If not, why? j. Do you have any other comments or suggestions that you would like to share with us? Please email responses to Julie.k.siderewicz@usace.army.mil no later than 2:00 PM (CST), 04 January 2017. Responses must include the subject line " Request for Information:_ Technology Requirement for Environmental Remediation Services ---- or mailed to U.S. Army Corps of Engineers, Omaha District, Contracting Division (Siderewicz), 1616 Capitol Ave, Omaha, Nebraska 68102-4901. This is an RFI to be used in planning a future acquisition, please do not send in any proposals. Request for proposals, if and when issued, will be available via the Internet at www.fedbizopps.gov. As such, it is the potential offerors responsibility to monitor these sites for the release of any additional information. THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE. THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-17-S-E002/listing.html)
 
Place of Performance
Address: Various Locations, United States
 
Record
SN04340888-W 20161203/161201234730-cc4b5b5bccecede257e5336c2cd93b0e (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.