Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2017 FBO #5859
SOURCES SOUGHT

M -- Environmental Remediation Services: BFCUSTs - Seven Interim Remedial Actions

Notice Date
12/6/2017
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation 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-5X09
 
Archive Date
1/23/2018
 
Point of Contact
Rhoji H. Fernandez, Phone: 7037678555, Heather Adams,
 
E-Mail Address
Rhoji.Fernandez@DLA.mil, heather.adams@dla.mil
(Rhoji.Fernandez@DLA.mil, heather.adams@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
TITLE: Synopsis Description(s): DFSP San Pedro - BFCUSTs Seven Interim Remedial Actions This is a Sources Sought Notice only. It seeks information from small business sources that can provide environmental remediation services. 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 accordance 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 the can provide non-personal services to include implementing interim remedial actions to support ongoing remediation efforts at Defense Fuel Support Point (DFSP) San Pedro, CA. Services require the contractor (but are not limited to) implementation of all activities within the framework of ongoing remediation efforts. The Source Group Incorporated (now Apex Companies, LLC), under the current environmental services contract, completed field work during 2015-2016 to complete the nature and extent characterization (of soil and groundwater) at the site. Additionally, Chicago Bridge & Iron (CB&I) completed the permanent closure of tanks and associated assets in 2017. DLA plans to implement two (2) different technologies, with steam injection at two (2) Bulk Field-Constructed Underground Storage Tanks (BFCUST, 4 and 15), and electro-resistive heating at five (5) BFCUSTs (1, 5, 7, 11, and 12). The contractor will coordinate with incumbent contractor under DLA environmental services contract SP0600-14-D-5411 or the follow-on contract. The contractor shall provide materials, labor and services to perform remediation of soil and groundwater using in situ, thermal treatment technologies in accordance with applicable regulations. The contractor shall implement all elements of remedial action, including installing a preliminary set of treatment wells and monitoring points, observing and providing operational data and information collected to update the conceptual system model, and then implementing the full scale design using data collected during the preliminary installation. The contractor shall perform modeling to design and construct systems, define limits of treatment areas, and prepare remedial action completion reports. DLA plans these remediation efforts to include a phase-in and pre-construction planning period, a construction period of less than 6 months, anticipated operational periods of 180-270 days, and decommissioning. The majority of the field efforts will be accomplished within 18 months followed by reporting and contract closeout tasks. The expected period of performance is August 01, 2018 through July 30, 2020. Natural gas and electric service will be available at the facility. It will be the Contractor's responsibility to connect to these energy sources and to provide all necessary equipment (meters, transformers, piping, transmission lines, etc.) to operate the requisite treatment equipment. Furthermore, the amount of natural gas and electric power available at the Site may be limited. The contractor shall assume that the thermal treatment at the 2 BFCUSTs slated for steam treatment shall be completed sequentially and, similarly, that the BFCUSTs slated for treatment using resistivity methods shall be completed sequentially; steam and resistivity treatments can be completed concurrently. The contractor is to provide a detailed timeline and narrative describing how work will be sequenced to ensure project completion milestones are achieved. The contractor shall be responsible for determining and obtaining all requisite permits (including payment of associated fees) for operation of their remediation equipment. In their proposal, the Contractor shall provide an estimate of the quantity of water required for operation of their treatment equipment (potable water is available at the Site via the facility fire water hydrant system). The Contractor shall provide an estimate of the quantity water that will be generated by the operation of their treatment systems and shall describe proposed methods for disposal of this excess water. Note that on-site reinjection of treated water via a WDR is preferred. The expected period of performance is August 01, 2018 through July 30, 2020. The government anticipates issuing a solicitation within the next 60-90 days and is being considered as a set-aside under a small business set-aside program. The North American Industry Classification System (NAICS) Code is 562910 and the size standard is 750 employees. The government is interested in all small business categories to respond to this notice. 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, Contractors acknowledge capability to implement and coordinate all activities such that the Government is assured of cost- and time-effective remediation solutions to the complex challenges posed by the coordinating field activities with multiple ongoing efforts, combination of contaminant occurrence, geologic complexities, and regulatory requirements present at DFSP San Pedro. 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: Rhoji.Fernandez@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 services requirements on DOD facilities? 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 GOCO fuels management. 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-5X09/listing.html)
 
Record
SN04758392-W 20171208/171206230956-28df5fecbfa262b6070df9e19f8b49ef (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  © 1994-2020, Loren Data Corp.