SOURCES SOUGHT
F -- Soil Contamination Site Investigation VA Nebraska Western Iowa Health Care System
- Notice Date
- 2/5/2019
- Notice Type
- Synopsis
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Department of Veterans Affairs;NETWORK 23 CONTRACTING OFFICE;2501 W. 22nd St.;Sioux Falls SD 57105
- ZIP Code
- 57105
- Solicitation Number
- 36C26319Q0302
- Response Due
- 2/12/2019
- Archive Date
- 5/22/2019
- Point of Contact
- E-mail: douglas.reed3@va.gov
- Small Business Set-Aside
- N/A
- Description
- No phone calls please. Please send any responses by e-mail only. As this is a Sources Sought Notice for market research purposes, the Government will not accept any technical questions at this time. This is a Sources Sought Notice to determine Small Business (SB) sources capable of providing Soil Contamination Site Investigation Services per this notice under NAICS 562910 (Remediation Services). Small business size standard is $20.5 million. Product Service Code (PSC) is F999 (Other Environmental Services, Studies, and Analytical Support). BACKGROUND: THIS IS A SOURCES SOUGHT NOTICE BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH. This notice is issued solely for informational, market research, and planning purposes only. It does not constitute a solicitation or a promise to issue a solicitation in the future. This notice does not commit the Federal Government to contract for any service at this time. Further, the U.S. Department of Veterans Affairs, Network Contracting Office (NCO) 23/Services Branch, Sioux Falls, SD, is not at this time seeking offers, and will not accept unsolicited offers. Respondents are advised that the Federal Government will not pay for any information or administrative costs incurred in response to this notice. All costs associated with responding to this notice will be solely at the responding party s expense. Responses to this notice are not offers and cannot be accepted by the Federal Government to form a binding contract. Although the term offeror is used in this notice, your respective organization s response will be treated as information only and shall not be used as an offer. OBJECTIVE: The objective of this notice is to conduct market research to determine if there are SB sources capable of providing this requirement. POTENTIAL SCOPE OF WORK: Contractor shall conduct soil contamination site investigation services to help decide, via soil and groundwater sampling, if significant soil and/or groundwater contamination exists at the Omaha VA Medical Center - Heating Plant site, located at 4101 Woolworth Avenue, Omaha, Nebraska. The investigation results provided by the Contractor will be used by Nebraska Department of Environmental Quality (NDEQ) to determine, based on the risks posed by the release, whether further work will be required or the site should be closed. As the owner of the tank system, it is the Omaha VA Medical Center s responsibility in accordance with Nebraska Revised Statutes 81-15, 124 to identify the affected environment and complete any remedial actions required by NDEQ. The Contractor will use the below work plan to identify the affected environment and complete any remedial actions. The Contractor will communicate with NDEQ, Water Quality Division, Petroleum Remediation Section, as the consultant for the VA Medical Center. The subject site shall be evaluated for the presence for petroleum contamination in soil and groundwater by performing the following activities: Install three (3) groundwater monitoring wells (unless Tier 1 Waiver of Groundwater Sampling is met) near the locations identified on the attached site plan. These borings are intended to identify and quantify soil and/or groundwater contamination, identify groundwater flow direction, and the presence of contaminants of concern. The depth to groundwater at the site is estimated to be within 25 to 35 feet of the ground surface based upon topography in the area. Subsequently, boring depths are estimated to be approximately 30 to 40 feet bgs. A monitoring well will be installed in each of the borings and be protected at the surface inside a manhole mounted flush with the existing surface materials. The borings in the source area will be continuously sampled until termination and soil samples will be collected at two-foot vertical intervals for field screening and a portion retained for possible chemical analysis. The up-gradient and down-gradient borings will be sampled continuously from approximately 4 feet bgs to groundwater. Soil samples will be screened in the field for evidence of hydrocarbon contamination using a photoionization detector (PID). Decontaminate augers and sampling equipment between borings and sample intervals to minimize potential cross contamination. Up to three (3) soil samples from each boring will be retained and analyzed for the presence of contaminants of concern. Two samples from the top 25 feet of the boring will be the sample intervals having the maximum PID reading based upon field screening results. A potential third sample from deeper than 25 feet below grade will be collected and analyzed if field PID reading indicated higher concentrations than those recorded in the upper 25 feet of the boring. These samples will be analyzed for benzene, toluene, ethyl benzene, xylene (BTEX), n-hexane, naphthalene and methyl-tert-butyl ether (MtBE) and Total Extractable Hydrocarbons (TPH) utilizing EPA Method 8260 (Nebraska method OA-1) and Nebraska method OA-2. The Contractor will determine who will provide analytical testing services for the assessment. If required, install a monitoring well in each of the borings using 2 threaded Schedule 40 PVC screen and casing. A 10-foot well screen with bottom plug will be installed in each of the wells. No lubricants or adhesives will be used during installation. Each monitoring well will be developed until relatively sediment free water is produced. Prior to sampling, each well will be purged and sampled in accordance with the procedures specified in Section 4.5.3 of the referenced RBCA Guidance Document. In addition, one blind duplicate sample, one field blank and one trip blank will also be collected. Each monitoring well and duplicate sample will be analyzed by Nebraska Methods OA-1 and OA-2 as previously described. Trip and field blanks will only be analyzed for the OA-1 parameters. Prepare a written report summarizing project observations, analytical test results, conclusions and recommendations including appropriate maps, graphs, boring logs and well schematics, and supporting documentation. Reports will be submitted to the VA Technical Point of Contact and NDEQ, Water Quality Division. POTENTIAL PLACE OF PERFORMANCE: VA Nebraska-Western Iowa Health Care System Omaha VA Medical Center 4101 Woolworth Avenue Omaha, NE 68105-1850 SUBMITTAL OF RESPONSES: Responses shall be sent via e-mail only by 10:30am Central Standard Time (CST) to: Doug Reed Contracting Officer E-mail: douglas.reed3@va.gov Offerors shall provide the following in their response: Capability statement summarizing offeror knowledge and ability to provide services identified above, including: Company Name Company Address DUNS Number Verification of being SB under NAICS 562910 Point of Contact Point of Contact Phone Number and E-mail What percentage of contracted services can offeror potentially and directly complete as the Prime Contractor Current certification (please provide if you have) from or ability to obtain required certification from the Nebraska Department of Health and Human Services at http://dhhs.ne.gov/publichealth/Pages/enh_wwsindex.aspx in order to conduct drilling and accessing monitoring wells for sampling: well drilling contractor, pump installation contractor, and water well monitoring technician. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/SFaVAMC/VAMCCO80220/36C26319Q0302/listing.html)
- Place of Performance
- Address: VA Nebraska Western Iowa Health Care System;Omaha VA Medical Center;4101 Woolworth Avenue;Omaha, NE
- Zip Code: 68105
- Country: USA
- Zip Code: 68105
- Record
- SN05212077-F 20190207/190205230019 (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 |