Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2017 FBO #5643
SOURCES SOUGHT

99 -- MOUNTAIN HOME AFB ENVIRONMENTAL POST-EMERGENCY RESPONSE SERVICES

Notice Date
5/4/2017
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
 
ZIP Code
95814
 
Solicitation Number
W91238-17-S-0007
 
Archive Date
6/2/2017
 
Point of Contact
Vernon Simpkins, Phone: 9165575234
 
E-Mail Address
vernon.simpkins@usace.army.mil
(vernon.simpkins@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers Contracting Office, Sacramento, CA has a potential requirement to provide a timely response to, and the clean-up of, hazardous material and hazardous waste spills resulting from activities performed at or by Mountain Home AFB (MHAFB). Background: As a result of the missions and logistic support activities performed by the Base, hazardous materials that could adversely affect human health and the environment are stored and used on the Base or in equipment operated by Base personnel (i.e. aircraft, industrial equipment, and vehicles. In the event that any of these materials are unintentionally released to the environment, MHAFB is required to comply with the requirements of the most current version of the Integrated Spill Prevention, Control, and Countermeasures Plans (SPCC) for MHAFB, Idaho (which includes state and federal requirements). A Contractor will be used to accomplish emergency and post-emergency response actions (specifically clean-up), ensuring the procedural and regulatory requirements of the SPCC are complied with. The majority of the spills at MHAFB have been petroleum, oils and lubricants (POL), primarily JP-8 and diesel. Cleanup Tasking: The Contractor shall provide all manpower, equipment, and materials necessary to provide emergency and post-emergency response to Level 1 through 3 chemical spills as defined in the SPCC. The responsibilities of the post emergency response clean-up team (contractor) are defined in Section 3.1.1.4 of the SPCC. This tasking or section of this delivery order may be extended or changed through contract modification at the government's option. Specific tasking is identified in the remainder of this section. Response Actions: The Contractor shall provide personnel, equipment, and materials to respond to the Base within reasonable time of notification. Response Action Requirements: The Contractor shall respond to spills including neutralizing, deactivating, and/or adsorbing any remaining spilled material as appropriate; recover and clean up the spilled material and materials contaminated by the spill. Training: The Contractor may be asked to provide training to the Base spill response team members. This training shall meet the 8 Hour Hazardous Waste Operations and Emergency Response (HAZWOPER) Refresher requirements as mandated by the Occupational Safety and Health Administration (OSHA). It shall also include "lessons learned" types of information gathered from previous spill response incidents, opportunities for question and answer periods, discussion of suggestions, etc. THIS SOURCES SOUGHT ANNOUNCEMENT IS A MARKET SURVEY FOR INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. THE PURPOSE OF THIS ANNOUNCEMENT IS TO GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED SOURCES AND THEIR SIZE CLASSIFICATIONS (8[a], HUBZONE, SMALL BUSINESS, LARGE BUSINESS, ETC.) PLEASE DO NOT REQUEST A COPY OF A SOLICITATION, AS ONE DOES NOT EXIST. The Government is seeking, for informational purposes only, qualified, experienced sources interested in performing the services. (1) Company name, address, point of contact, telephone number and e-mail address. (2) Type of business, i.e., small, small disadvantaged business, woman-owned, and large. Under North American Industry Classification System (NAICS) 562910 Remediation Services which contains a size standard of $20.5 million. (3) Provide no more than three (3) references of same or similar type work performed within the last three (3) years. These references should indicate the type of work for each project including functions performed, point of contact, phone number, e-mail address and the dollar value of the project. DUE DATE: If interested, please respond NLT 18 May 2017. (4) System for Award Management (SAM), as required by FAR 4.1102, applies to this procurement. Prospective contractors must be registered prior to award. Lack of registration in the SAM database will make an offeror ineligible for award. Information on SAM registration can be obtained via the Internet at http://www.sam.gov. If you are a firm with this expertise, please provide background in these areas. Please do not send general marketing information. This is not a solicitation for a proposal. This information will be used for informational purposes only. All interested parties are encouraged to respond to this notice, by e-mail to Vernon.simpkins@usace.army.mil no later than the close of business on 18 May 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-17-S-0007/listing.html)
 
Record
SN04495625-W 20170506/170504234753-b359e1c1d082f06613299eb3f715f950 (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.