Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2017 FBO #5542
SOURCES SOUGHT

F -- Environmental Restoration Services

Notice Date
1/23/2017
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
 
ZIP Code
40201-0059
 
Solicitation Number
W912QR-17-Environmental-Restoration-Services
 
Archive Date
2/22/2017
 
Point of Contact
Levi R. Speth,
 
E-Mail Address
levi.r.speth@usace.army.mil
(levi.r.speth@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A market survey is being conducted to determine the following: (1) how to best maximize competition; (2) to determine the impact of our acquisition strategy on competition and; (3) to determine if there are a reasonable number of interested small business concerns. While all firms (large or small) are encouraged to respond, if your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business, please respond appropriately. The proposed project is for the award of two (2) separate pools of Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for Environmental Restoration Services under NAICS Code 562910 within the Lakes and Rivers Division mission boundaries (KY, IN, IL, OH, MI, WI, WV, TN, PA and NY). The proposed contracts will have a five (5) year ordering period from date of award. The total estimated capacity is anticipated to be $90,000,000 for two (2) MATOC pools ($50M for a small business set aside pool and $40M for an unrestricted pool). All firms (Large Businesses, Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Small Businesses) under NAICS Code 562910 are encouraged to respond to this survey by email no later than 7 February 2017 by 1:00 PM Eastern Standard Time. Responses should include: 1. Identification and verification of the company's business size (large or small). 2. Contractor's DUNS Number(s) and CAGE Code(s). 3. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. 4. Descriptions of Experience - Interested firms must provide no more than five (5) actual (past or current) projects that are greater than 95 percent complete or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail addresses, and telephone numbers of up to three (3) customer references. References may be used to verify project size, scope, dollar value, self-performance percentage, and quality of performance. Projects provided must be of similar size, scope, and dollar value to be considered. Projects should also demonstrate capability/experience performing as many aspects of the following scope as possible. a. Projects similar in scope to this project include: Soil and Groundwater HTRW investigations and remediation of solvents, metals and/or sites involving munitions and explosives of concern (MEC), removal actions, site restoration activities (ex. stream bank, landfill assessment and remediation, environmental studies and design activities relative to the completion of the field remediation, Long Term Monitoring (LTM), and environmental compliance actions). b. Projects similar in size to this project include: As this will be an IDIQ MATOC, project sizes may vary based on scope, complexity, contaminants, acreage, etc. Task Orders under the proposed small business set aside MATOC are anticipated to range between $100,000 to $1,000,000. Task Orders under the proposed unrestricted MATOC are anticipated to range between $700,000 to $3,000,000. Please provide projects which are similar in magnitude. NOTE: The information provided must provide sufficient detail and demonstrate successful completion of projects similar in scope and magnitude that include as many of the aspects of the scope of work as possible. c. Based on the information above, for each project submitted, include: • Current percentage complete and the date when it was or will be completed. • Location and Scope of the project. • Size of the project. • The dollar value of the procurement and whether it was awarded on a Firm Fixed Price or Cost Reimbursement basis. Please also indicate whether the scope of the contracts provided were performance based actions. • The percentage of work that was self-performed. • Identify the number of subcontractors by trade utilized for each project. 5. Respondents must also provide a brief narrative that includes the following: • The firm's capability to perform work within the Lakes and Rivers Division mission boundaries (KY, IN, IL, OH, MI, WI, WV, TN, PA and NY) as well as experience with Regulatory in EPA Regions 2, 3, 4 & 5. Firms are also requested to provide a narrative describing the environmental aspects listed above in Section A above that you CANNOT or WILL NOT perform. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; that they must perform at least 15% of the total cost of the contract/task order, not including the cost of materials, with the firm's own employees. NOTE: Packages submitted in response to this sources sought notice shall be no longer than 10 pages. Please only include a narrative of the requested information; additional information beyond the 10 page limitation will not be reviewed. Email responses to Levi Speth at Levi.R.Speth@usace.army.mil. If you have questions please contact Levi Speth at Levi.R.Speth@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-17-Environmental-Restoration-Services/listing.html)
 
Place of Performance
Address: Lakes and Rivers Division mission boundaries (KY, IN, IL, OH, MI, WI, WV, TN, PA and NY), United States
 
Record
SN04378158-W 20170125/170123234525-88849cdda70f2744406e789776650455 (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.