SOURCES SOUGHT
R -- Environmental Documents Services
- Notice Date
- 7/7/2017
- Notice Type
- Sources Sought
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Energy, 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060-6222, United States
- ZIP Code
- 22060-6222
- Solicitation Number
- SPE600-17-R-5X26
- Point of Contact
- My-Ngoc Pham, , Heather Adams,
- E-Mail Address
-
My-Ngoc.Pham@dla.mil, heather.adams@dla.mil
(My-Ngoc.Pham@dla.mil, heather.adams@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice only. It seeks information from small business sources that can provide environmental document services. No solicitation is being issued at this time. For reference purposes, this FBO notice is numbered SPE600-17-R-5X26. The amount of information for publication available at this time is limited. This notice is also issued for the purpose of market research in accordance with Federal Acquisitions Regulation (FAR) Part 10. <ins datetime="2017-07-07T10:36" cite="mailto:Adams,%20Heather%20M%20CIV%20DLA%20ENERGY%20(US)"> The Defense Logistics Agency (DLA) Energy requires the support of established environmental services companies to prepare environmental documents in support of DOD petroleum storage facilities in the United States, its territories, and a limited number of facilities worldwide. Individual task orders will contain the specific statement of work required for that task. As specified in each individual task order, the contractor shall prepare emergency response plans, environmental manuals, NEPA studies, and other environmental documents required by applicable environmental laws and regulations. These documents may include, but are not limited to; environmental baseline studies, oil spill prevention and responses plans, hazardous waste management plans, storage tank management plans, storm water permit applications, storm water management plants, and operations manuals. Preparation of these documents may entail considerable research, analysis, data collection, proofreading, editing, and close coordination with Federal and state regulatory agencies and the end-user. Preparation of these documents also includes developing and/or editing any site maps, or drawings required to be included in the applicable documents being updated or developed. Multiple awards of one (1) Four-Year Base period are expected for this requirement. The proposed solicitation is being considered for an award of a set-aside under a small business set-aside program. The North American Industry Classification System (NAICS) Code is 541620 and the size standard is $15 million. The government is interested in the following small business categories to respond to this notice. Small Businesses, 8 (a) Businesses, Historically Underutilized Business Zone (HUBZone) Businesses, and Service Disabled Veteran-Owned Small Businesses (SDVOSBs). Responses are limited to not more than 15 pages. The Government will use this information, in addition to other information obtained, to determine its small business set-aside decision. Any information provide to the Government as a result of this notice is voluntary. The Government will not pay for any information submitted in response to this notice. All responses to this notice are to be submitted by 1:00 P.M. Local Fort Belvoir, VA time on August 7, 2017. Only responses submitted via E-Mail will be considered. E-Mail submissions to: My-Ngoc.Pham@dla.mil Interested companies should respond to the following: 1. Provide a company profile to include number of employees, annual revenue history for (last 3 years), office location (s), DUNNS/CAGE Code number, and a statement regarding current business status. Please note that registration in the System for Award Management (SAM) and Wide Area Workflow (WAWF) are required for DLA Energy contractors. 2. Capability of providing qualified and experienced personnel, with appropriate clearances, if required.  3. Past Performance: Do you have past performance as a prime contractor or subcontractor on service contract for similar environmental document requirements? If so, please provide the following: Contract number, Name of Government Agency or Commercial Entity. Period of Performance, Dollar Value, Type of Contract (Fixed Price, Cost Reimbursement, etc.), and an explanation of services provided as they relate to environmental documents. If your firm acted as subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage. Address any past performance problems, and resolutions taken. 4. Do you anticipate any type of teaming arrangement for this requirement? If yes, please address what kind of arrangement and what percentage of work, type (s) of service would you perform. 5. Does your company have experience with Service Contract Act of 1965 covered contracts? 6. Does your company have the financial capability and financial stability, and/or adequate lines of credit to sustain and support a four-year contract in the event there are delays with the payment process? Do you have an approved accounting system in place to adequately track expenditures? Please elaborate.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SPE600-17-R-5X26/listing.html)
- Record
- SN04571396-W 20170709/170707235616-23c83e479a6303462163e16cc324bfd2 (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 |