SOURCES SOUGHT
F -- Project Management, Environmental Remediation System Operation and Maintenance (O&M), Monitoring and Reporting for SE Region and DFSP Verona
- Notice Date
- 6/12/2020 1:34:16 PM
- Notice Type
- Sources Sought
- NAICS
- 562910
— Remediation Services
- Contracting Office
- DLA ENERGY FORT BELVOIR VA 22060 USA
- ZIP Code
- 22060
- Solicitation Number
- SPE60320R5X06
- Response Due
- 6/26/2020 12:00:00 PM
- Archive Date
- 06/12/2021
- Point of Contact
- Matthew Padfield, Jamrya Thorpe
- E-Mail Address
-
Matthew.Padfield@dla.mil, Jamyra.Thorpe@dla.mil
(Matthew.Padfield@dla.mil, Jamyra.Thorpe@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Project Management, Environmental Remediation System Operation and Maintenance (O&M), Monitoring and Reporting for SE Region and DFSP Verona This is a Sources Sought notice only.� No solicitation is being issued at this time. For reference purposes, this notice is numbered SPE60320R5X06. DLA Energy is currently seeking small businesses that can provide environmental assessment, long-term management, and emergency response services for DLA Installation Management for Energy Environmental Division (DM-FEE). DM-FEE implements remedies as needed to protect human health and the environment. The goal of this effort is advancement of restoration sites to Site Closure (SC) in the most cost effective manner. DLA Energy would like to reduce long-term environmental liabilities (ELs) and life-cycle costs (LCCs) through accelerated achievement of SC. Specifically, this notice is seeking capable businesses that are interested in performing site closures at the following Defense Fuel Supply Point (DFSP) and Fuel Logistics Center locations: DFSP Charleston, Fort Hood, DFSP Hunter, FLC Jacksonville, DFSP Tampa, DFSP Verona. Specific requirements will be provided in the Performance Work Statement (PWS), which will be published when the solicitation is issued. This sources sought is issued solely for informational planning purposes and market research in accordance with Federal Acquisition Regulation (FAR) Part 10 and shall not be construed as a solicitation or obligation on the part of DLA Energy.� DLA Energy is not seeking proposals at this time and will not accept unsolicited proposals.� The solicitation for this requirement will be posted on BETA SAM under a different notice number. The Government will award one firm fixed price contract per location. � The proposed solicitation is being considered as a set-aside under the small business set-aside program on the basis of the responses received. The North American Industry Classification System (NAICS) Code is 562910 and the size standard is 750 employees.� The Government is interested in the following small business categories to respond to this notice: Small Business, Small Disadvantaged Businesses, 8(a) Businesses, Historically Underutilized Business Zone (HUBZone) Businesses, Service Disabled Veteran- Owned Small Businesses (SDVOSBs), and Women-Owned Small Business concerns. Responses are limited to not more than 5 pages. The Government will use this information to determine if there are small 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 Charleston, Fort Hood, DFSP Hunter, FLC Jacksonville, DFSP Tampa and DFSP Verona. 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. All responses to this notice are to be submitted by 3:00 PM local Ft Belvoir time on June 26, 2020. E-mail submissions to: Matthew.Padfield@dla.mil and Jamyra.Thorpe@dla.mil. Interested companies should respond to the following: 1. Provide a company profile to include number of employees, annual revenue history for the last 3 years, office location (s), DUNS/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? We are requesting 5 different projects along with No Further Action or site closure letters. Please provide the following: Contract number, Contract POC, Contract POC Contact number, Name of Government Agency or Commercial Entity, Initial Period of Performance, Actual Period of Performance, Budgeted Dollar Value, Actual Dollar Value, Type of Contract (Fixed Price, Cost Reimbursement, etc.), and an explanation of services provided as they relate to environmental assessment and long-term management, potential implementation of new remedial systems, operations of in-place remediation systems, and emergency response services. If applicable, please include projects where contractor performed site assessment, installed a remediation system, and operated to site closure. 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 6-month extension 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? 8. Which Defense Fuel Supply Point (DFSP) and/or Fuel Logistics Center location(s) are you interested in submitting a proposal for?
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/da69206faf214db7b43224c612832a14/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05689150-F 20200614/200612230153 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |