Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2017 FBO #5654
SOURCES SOUGHT

F -- ENVIRONMENTAL REMEDIATION PROGRAM SERVICES (JBLM and YTC)

Notice Date
5/15/2017
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-93668-DAK
 
Archive Date
6/14/2017
 
Point of Contact
Debbie Knickerbocker, Phone: 206-764-6804, Michael Miyagi, Phone: 206-764-3266
 
E-Mail Address
debbie.a.knickerbocker@usace.army.mil, michael.m.miyagi2@usace.army.mil
(debbie.a.knickerbocker@usace.army.mil, michael.m.miyagi2@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SATOC IDIQ Environmental Remediation Program Services at Joint Base Lewis-McChord (JBLM) and Yakima Training Center (YTC) a. This is a Sources Sought announcement only, No proposals are being requested or accepted with this synopsis. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A PROPOSED SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2 and no contract shall be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information requests. No Solicitation is currently available. The responses to this Sources Sought will help to shape the acquisition strategy in developing a competitive requirement. b. The purpose of this Sources Sought is to perform a market survey to gain knowledge of interest, capabilities and qualifications of interested Contractors within the District's area of responsibilities for the general project description listed below. Responses to this Sources Sought Synopsis will be used by the Government to make appropriate acquisition planning decisions. The following are general capabilities required to perform the Performance Work Statement according to USACE standards. General Project Description: All work to be performed within the Joint Base Lewis McChord (JBLM) properties, Washington State. The services are technical in nature and support a number of JBLM's legal and regulatory requirements for addressing risks from environmental contamination. Obtaining high quality and highly qualified support and allowing options for that support to be retained year-on-year help address the challenge of maintaining mission readiness through full compliance with legal and regulatory requirements. Performance Work Statement: Work covered by this contract and respective task orders against this contract shall consist of furnishing all labor, equipment, operators, supervision/site superintendent, supplies and materials necessary to perform the work. The types of environmental remediation program services to be provided include: (1) remediation systems operation, maintenance, monitoring, and optimization; (2) contaminant fate, transport, nature, and extent investigations and monitoring; (3) technical, regulatory, and programmatic analyses, advise, and reporting; and (4) land use control and other site management actions necessary to support JBLM and Army Environmental Command (AEC) environmental and operational mission requirements. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Environmental Remediation Program Services at JBLM and YTC. c. The proposed work to be performed under the following North American Industry Classification (NAICS) code: 562910 - Remediation Services Environmental d. The U.S. Army Corps of Engineers, Seattle District (NWS) expects to utilize responses from this Sources Sought to determine the best procurement method for soliciting and awarding an anticipated contract, which would include a Base year and Option years. SUBMISSION REQUIREMENTS: Response Information: Interested firms should submit a capabilities package limited to ten (10) pages and include the following: 1) Firm's name, address (mailing and URL), point of contact, phone number, email address, business category, business size, and business type. 2) Business classification; i.e. Large Business, Small Business (SB), Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone), Small Business, 8(a) Program, or Other. 3) Cage code and DUNS number of your firm. 4) Firm's Joint Venture Information (if applicable). 5) Technical Capability: Offerors shall supply the contract number(s) of past or currently awarded Federal Government projects that indicate experience with the following: (1) remediation systems operation, maintenance, monitoring, and optimization; (2) contaminant fate, transport, nature, and extent investigations and monitoring; (3) technical, regulatory, and programmatic analyses, advise, and reporting; and (4) land use control and other site management. Specific examples of remediation optimization, recommendations for site improvement, and methods to reduce operating costs are valued. Firms must be listed as the Prime Contractor for examples submitted. If not represented by past or currently awarded Federal Government contracts, please provide a brief narrative of the project and savings. Responses to this Sources Sought will only be shared with the Government project team and held in strict confidence. Primary POC: Debbie Knickerbocker, Contract Specialist, debbie.a.knickerbocker@usace.army.mil, 206-764-6804
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-93668-DAK/listing.html)
 
Place of Performance
Address: Joint Base Lewis-McChord (JBLM) is approximately 13 miles south of Tacoma, WA 98327, Yakima Training Center (YTC) is at Yakima, WA 98901, Washington, 98327, United States
Zip Code: 98327
 
Record
SN04508380-W 20170517/170515234611-f6b8636ad48f93da9f18046bbb8e1702 (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.