Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 27, 2020 SAM #6938
SOURCES SOUGHT

F -- Environmental Remediation Services MATOC Unrestricted, Various Locations Primarily Alaska and Pacific Rim

Notice Date
11/25/2020 2:13:50 PM
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
W2SN ENDIST ALASKA ANCHORAGE AK 99506-0898 USA
 
ZIP Code
99506-0898
 
Solicitation Number
W911KB21R0016-SS
 
Response Due
12/11/2020 3:00:00 PM
 
Archive Date
12/26/2020
 
Point of Contact
Michele Gazzara, Phone: 9077535579
 
E-Mail Address
Michele.M.Gazzara@usace.army.mil
(Michele.M.Gazzara@usace.army.mil)
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR PLANNING PURPOSES ONLY. THIS IS NOT A�SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES�SOUGHT ANNOUNCEMENT. The U.S. Army Corps of Engineers Alaska District is conducting market research to supplement FY19 industry information and support continuation of approved determined acquisition strategy. �The determination of acquisition strategy for this acquisition lies solely with the Government and will be based on this market research and information available to the government from other sources. This market research is being conducted in order to identify firms with the capabilities to perform the following requirement: The USACE Alaska District is contemplating a Multiple Award Indefinite Delivery Indefinite Quantity contract with capacity of approximately $100 Million to perform Environmental Remediation Services (ERS) in support of a wide range of customers serviced by the USACE Alaska District. ERS work executed under the new IDIQ contract(s) will primarily include investigations, studies, engineering support, remedial designs, removal and remedial actions and operations and maintenance activities for our customers. The contracts will support the USACE Alaska District's Formerly Used Defense Sites (FUDS) program, Army and Air Force environmental programs and the environmental programs of other non-DoD customers. Task orders may be firm fixed price or cost reimbursement (cost-plus fixed-fee � completion form); therefore potential contractors must possess accounting systems adequate for award of cost reimbursement work.� Requirements will be carried out as specified in the individual task order at locations within Alaska and also potentially within the U.S. Pacific Command (USPACOM) area of responsibility (AOR) in locations which may include Hawaii, Japan, Korea, or Guam.� In carrying out work assignments, the contractor will furnish the personnel, equipment, materials and transportation necessary to perform assignments described in each task order issued under this contract. Contractor personnel will possess appropriate certifications and training to accomplish the required services. The contractor shall provide adequate professional supervision and quality control to assure the accuracy, quality, safety and completeness of the required work. All work assignments will be conducted in accordance with all applicable federal, state, and local regulations. The Contractor will be responsible for identifying regulations that will affect this contract. For work in areas outside of the United State and its territories, the Contractor shall also comply with applicable international agreements and Department of Defense policies. The applicable North American Industry Classification System (NAICS) code is 562910, Environmental�Remediation Services and the related small business size standard is 750 employees. All interested firms are encouraged to respond to this announcement no later than 11 December 2020, 2:00 PM AST, by submitting all requested documentation listed below by email to: Michele Gazzara at Michele.M.Gazzara@usace.army.mil. Interested firms should submit a capabilities package (not exceeding three (3) pages) demonstrating the ability to perform work listed above. Packages shall include the following information: 1. Firm overview to include business name, address, email point of contact and business size under NAICS�562910, Environmental Remediation Services. 2. Brief statement of firm capabilities. 3. Statement of the firm's experience with cost reimbursement contracting and adequacy of the firm's accounting system for cost reimbursement work. Indicate whether the firm has a recent DCAA accounting system audit. 4. Brief statement on firm�s experience and desire in performing environmental remediation projects outside of the US. 5. The firm's intent to submit a proposal on the subject acquisition. 6. The firm�s in-house labor capability/key personnel for labor categories: Geologist; Risk Assessor; Archeologist; Regulatory Specialist; and/or Munitions Specialist/Engineer. Responsible sources demonstrating relevant experience and the capabilities to perform the work will be considered as interested parties. �Prospective contractors must be registered in the System for Award Management (SAM) to be eligible for a contract award. Information on SAM can be obtained via the Internet at http://www.sam.gov. Place of Contract Performance: Various Locations, Alaska USPACOM AOR United States
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/aff5e08a9eb849a3999191d259992601/view)
 
Place of Performance
Address: AK, USA
Country: USA
 
Record
SN05861473-F 20201127/201125230139 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.