Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 27, 2017 FBO #5817
SOURCES SOUGHT

U -- Spill Prevention and Response Exercise Instruction

Notice Date
10/25/2017
 
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
SPE603-18-R-5X03
 
Point of Contact
Ursula D Waibel, Phone: 7037672928, Heather Adams,
 
E-Mail Address
ursula.waibel@dla.mil, heather.adams@dla.mil
(ursula.waibel@dla.mil, heather.adams@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis Description: CY18 Spill Prevention and Response Exercise Instruction This is a Sources Sought Notice only. It seeks information from small business sources that can provide spill prevention and response exercises. No solicitation is being issued at this time. The amount of information for publication available at this time is limited. This notice is also issued for the purpose of market research in accord with Federal Acquisition Regulation (FAR) Part 10. The Defense Logistics Agency (DLA) Energy, Bulk Petroleum Supply Chain Services, Environmental Services Branch (FESAC), seeks potential small business sources to perform non-personal services that can provide spill prevention and response exercises in accordance with applicable regulatory requirements (e.g. 40 CFR 112, 33 CFR 154, etc.). The government anticipates issuing a new solicitation in approximately 6 months for annual site-specific spill prevention and response exercises at an estimated 120 locations worldwide. Services require (but are not limited to): National Preparedness for Response Exercise Program (PREP) conformant exercises •· Utilization of spill trajectory modeling, such as PISCES II, that can spontaneously provide site-specific spill behavior and spill reaction to deployed spill response equipment Proactive scheduling - dates acceptable to the installation (30-day minimum lead time) Development of site-specific course curriculum based on installation's spill plan Capability to provide professional-quality site-specific training materials for each exercise Ability to provide qualified personnel at multiple locations simultaneously to accommodate the number of annual exercises •· Personnel requirements (personnel qualified to accomplish the requirements prior to commencement of work - skills, knowledge, abilities, training, and be eligible for common access card (CAC) issuance (e.g. pass security clearance to obtain CAC.)) •o Supervisory personnel •o Administrative personnel •o Instructor requirements: -Real-world, on-scene spill response experience. -Conduct equipment deployment exercises in challenging outdoor locations -Read, write, speak, and understand English -Able to instruct in a manner that is clearly understandable by the students -Overseas travel (Obtain/maintain a passport, endure long flights, etc.) -Able to read installation spill response plans and apply requirements to exercise -Able to obtain/maintain driver's licenses, to include international driver's licenses, when public transportation is inadequate to support required work. Responses are limited to not more than 5 pages. The Government will use this information to determine if there are business entities that are capable to perform this requirement. By responding, Offerors acknowledge capability to implement and coordinate all activities such that the Government is assured of cost- and time-effective exercise instruction. Any information submitted in response to this notice is voluntary. The Government will not pay for any information submitted in response to this notice. All responses submitted via e-mail will be considered. E-mail submissions to: Ursula.Waibel@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 an adequate number of qualified and experienced personnel, with appropriate clearances, as required, to complete the estimated 120 exercises annually.  3. Past Performance: Do you have past performance as a prime contractor or subcontractor on service contract for similar environmental services 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 providing instruction on spill prevention and response. 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? Does your company have experience with Collective Bargaining Agreements (CBAs)? Please explain any experience your company has had with labor unions. 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 with a possible five-year option 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. 7. What realistic phase-in period would you require to commence performance with personnel, equipment, and materials?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SPE603-18-R-5X03/listing.html)
 
Place of Performance
Address: Multiple, United States
 
Record
SN04722424-W 20171027/171025230911-7478c007d9ba947ea564f144aec6e2e8 (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.