Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 17, 2021 SAM #6989
SOURCES SOUGHT

F -- Remedial Investigations for Per- and Polyfluoroalkyl Substances (PFAS) Impacted Areas at Army Installations in the Northeast Region

Notice Date
1/15/2021 7:53:09 AM
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
W912DR21R0020
 
Response Due
2/1/2021 9:00:00 AM
 
Archive Date
02/16/2021
 
Point of Contact
Evan Cyran, Phone: 4109626037, Laura A. Wade, Phone: 4109622675
 
E-Mail Address
evan.m.cyran@usace.army.mil, laura.a.wade@usace.army.mil
(evan.m.cyran@usace.army.mil, laura.a.wade@usace.army.mil)
 
Description
TITLE: REMEDIAL INVESTIGATIONS FOR PER- AND POLYFLUOROALKYL SUBSTANCES (PFAS) IMPACTED AREAS AT ARMY INSTALLTIONS IN THE NORTHEAST REGION SOLICITATION NO:� W912DR21R0020 This is a SOURCES SOUGHT announcement. �This notice is for market research purposes only and IS NOT a request for proposal, quotation or bid. �The Government will not reimburse respondents for any costs incurred in preparation of the response of this announcement. The U.S. Army Corps of Engineers (USACE), Baltimore District, is seeking sources with current relevant qualifications, experience, personnel and capabilities for remedial investigation (RI) services for PFAS impacted areas at Army installations in the northeast region. �The intent of this contract is to support USACE and its customer in conducting Remedial Investigations, with the option to conduct Feasibility Studies, at sites across approximately 12 installations with areas where aqueous film forming foam (AFFF) or other per- and polyfluoroalkyl substances releases have occurred. �The installations are located in Virginia, Maryland, Pennsylvania, New Jersey, and New York. Specific performance objectives of the contract may include Project Management Plans (PMP), Remedial Investigation Work Plans with Uniform Federal Policy Quality Assurance Project Plans (UFP-QAPP), Remedial Investigations and Feasibility Studies, Community Relations Support, and providing Alternative Water Supply. �The work under this contract shall be performed in compliance with the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), as amended, the National Contingency Plan (NCP) (40 CFR Part 300), and in compliance with United States Army Requirements and Guidance for field investigations including specific requirements for sampling for PFAS. �The contract is anticipated to be awarded 4th QTR FY21 with an eight (8) year period of performance. The following will be considered Key Personnel by the Government for this contract: Project Manager, Senior Scientist/Engineer, and Risk Assessor. �Key personnel will be required to possess applicable qualifications such as education, relevant experience, and/or professional registration. The Government is seeking to identify qualified large and small business sources under 2017 North American Industry Classification System (NAICS) code 562910 - Remediation Services.� The small business size standard is 750 employees. �Qualified sources are encouraged to submit responses to the following considerations.� Please note the Government shall not reply or provide any evaluation of the responses.� Please limit responses to a maximum of 5 pages in length. 1. General Business Name. Business Address. Cage Code and DUNS Number. SAM Registration:� Indicate if your company is currently registered with the Systems for Award Management (SAM) database.� If not, indicate if it has been registered or if it plans to register.� Indicate if your company is currently prohibited from doing business with the Federal Government. Yes/No. (If yes, explain). NAICS (list all NAICS under which your firm is registered). Responsible Point of Contact. Phone Number and Email Address. Small Business Classifications: (8(a) small business, service-disabled veteran owned small business, HUB Zone small business, Small Disadvantaged business, Woman Owned, Minority, Native American small business. (Indicate all applicable classifications and, if self-certified). Identification of Joint Ventures (Business Name, Business Size and Cage Code of JV) 2. Capabilities Please provide a description of the services your company provides as it relates to the description of work provided in this notice. Please provide a description of the range of geographic locations that can be supported by your company. Please provide a brief description of relevant PFAS experience to include contract number, types of services, dates of the contract performance, and value of the contract or task order. 3. Small Business Considerations Large Business: Please provide a general description of subcontracting opportunities extended to small businesses, to include types of services and complexity of work, to include examples of past related projects. Small Business: Please provide a description of your company's capability to perform at least 50% of the effort if subcontracting and if, known, identify the team member subcontractor.� If large business subcontractors are utilized, please provide examples of past related projects. Comments will be shared with the Government and the project delivery team, but otherwise will be held in strict confidence. THIS NOTICE IS NOT A REQUEST FOR PROPOSAL, QUOTE OR BID. �It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition.� In addition, this sources sought is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered. Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice NLT 12:00 P.M. Eastern Standard Time (EST) February 1, 2020.� All responses under this Sources Sought Notice must be emailed to evan.m.cyran@usace.army.mil and laura.a.wade@usace.army.mil referencing the sources sought notice number W912DR21R0020. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. �If you have any questions concerning this opportunity please contact: Evan Cyran via email � evan.m.cyran@usace.army.mil and laura.a.wade@usace.army.mil. Contracting Office Address: USACE District, Baltimore, 2 Hopkins Plaza, Baltimore, MD 21201
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6bd34f9089124bed8e67e2366188d0ba/view)
 
Record
SN05893826-F 20210117/210115230110 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.