Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2022 SAM #7394
SOURCES SOUGHT

R -- Architect-Engineering Services to Support the US. Air Force and AFCEC Environmental Program Worldwide �AE ES 2022�

Notice Date
2/25/2022 6:45:35 AM
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
FA8903 772 ESS PK JBSA LACKLAND TX 78236-9861 USA
 
ZIP Code
78236-9861
 
Solicitation Number
FA890322R
 
Response Due
3/3/2022 1:30:00 PM
 
Point of Contact
Katie Cockerill, Phone: 2103958888, Dariusz Majdanik
 
E-Mail Address
katie.cockerill@us.af.mil, dariusz.majdanik@us.af.mil
(katie.cockerill@us.af.mil, dariusz.majdanik@us.af.mil)
 
Description
To all interested parties, Directions:� Please provide the firm�s name, size standard under NAICS 562910 � Environmental Remediation, and responses to the following information on Atch 1 RFI#3 Vendor Information for the US Air Force and AFCEC requirement of Architect & Engineering Environmental Services. Responses are due close of business on March 3, 2022. All Businesses: For each of the four (4) individual functional areas listed below, please indicate how many task orders and the dollar amount your firm has the capacity to accomplish annually for this type of work. If your firm is unable to provide the requested information, please provide the reason that your firm is unable to respond. Small Businesses: Please provide the following for each of the four (4) functional areas listed below for an Architect-Engineer Environmental Services requirement: - Whether you can self-perform entirely (100% in-house capability) (Yes); - Whether you cannot perform entirely (100% in-house capability) (No); - If unable to self-perform entirely, what percentage would you need to subcontract or team with another firm to perform all elements under each functional area, while still meeting the Limitations on Subcontracting (LOS) clause 52.219-14 and the Similarly Situated Entity rule (provided below). Other than small businesses: Please provide the following for each of the four (4) functional areas listed below for an Architect-Engineer Environmental Services requirement: - Whether you can self-perform entirely (100% in-house capability) (Yes); - Whether you cannot perform entirely (100% in-house capability) (No); - If unable to self-perform entirely, what percentage would you need to subcontract or team with another firm to perform all elements under each functional area? Functional Areas Emergent Contaminants:�Interim Remedial Action (IRA)�due to unknown�chemicals�but not limited to PFOA/PFAS�and other chemicals. Activities could include preliminary investigation, feasibility studies, remedial design, validations and/or review of long-term maintenance and/or long terms monitoring (LTM) operations plans, and Remedial Action Operations (RA-O) to include design and optimization, human health, and environmental risk assessments.��Estimated Requirement � $40M/annually POL:�Restoration and Environmental�Compliance, Leak Detection Testing, and Demolition Design�of fuel systems.� Activities could include multi-disciplinary planning (developing environmental related design criteria, fact finding studies, surveys, investigations, and the performance of environmental projects involving prevention, compliance, and restoration when the services of registered architects or engineers are required), investigation, assessment, design, and construction phase design, field inspection services to support environmental restoration, environmental conservation and planning, and DLA POL Restoration/Compliance (i.e., Leak Detection, Testing, Assessments), Title I and Title II Services. Estimated Requirement � $24M/annually NEPA: Activities include Proposed Action and Alternatives (DOPAA), Environmental Assessment (EAs), Environmental Reviews (ERs), Environmental Impact Statements (EISs), Environmental Baseline Surveys (EBSs), FONSIs (Findings of no significant impact), Record of Decision (RODs), Socioeconomic Impact Analysis Study (SIAS), Noise Impact Analysis Studies and Noise Contour Development, Air Impact Analysis Studies and General Conformity Analysis, National Historic Preservation Act consultation support, Biological Assessment Development and US Fish and Wildlife consultation support, Wetlands Delineation, Hydrogeological modeling and water impact studies, and Traffic Studies.�Estimated Requirement � $15M/annually CERCLA/RCRA: Activities include Preliminary Assessments/Site Investigations, Expanded Site Investigations, Remedial Investigations/Feasibility Studies, Proposed Plans/Records of Decisions (Decision Documents), Site Characterizations (including High Resolution Site�Characterizations), Groundwater Hydrogeological Studies, Conceptual Site Modeling, Risk Assessments, Remedy Operations and Maintenance, Remedy Optimization, Long Term Management, Land Use Control Plans and Inspections, Five-Year Review Reports, and Broad Area Announcements.�Estimated Requirement � $25M/annually 52.219-14�Limitations on Subcontracting. As prescribed in�19.507(e), insert the following clause: Limitations on Subcontracting (Sep 2021) ������(a)�This clause does not apply to the unrestricted portion of a partial set-aside. ������(b)�Definition.�Similarly situated entity, as used in this clause, means a first-tier�subcontractor, including an independent�contractor, that� �����������(1)�Has the same small business program status as that which qualified the�prime contractor�for the award (e.g., for a small business set-aside�contract, any�small business concern, without regard to its socioeconomic status); and �����������(2)�Is considered small for the size standard under the North American Industry Classification System (NAICS) code the�prime contractor�assigned to the�subcontract. ������(c)�Applicability.�This clause applies only to� �����������(1) Contracts that have been set aside for any of the small business concerns identified in�19.000(a)(3); �����������(2) Part or parts of a�multiple-award contract�that have been set aside for any of the small business concerns identified in�19.000(a)(3); �����������(3) Contracts that have been awarded on a sole-source basis in accordance with subparts�19.8,�19.13,�19.14, and�19.15; �����������(4) Orders expected to exceed the�simplified acquisition threshold�and that are� ����������������(i) Set aside for small business concerns under multiple-award contracts, as described in�8.405-5�and�16.505(b)(2)(i)(F); or ����������������(ii) Issued directly to small business concerns under multiple-award contracts as described in�19.504(c)(1)(ii); �����������(5) Orders, regardless of dollar value, that are� ����������������(i) Set aside in accordance with subparts�19.8,�19.13,�19.14, or�19.15�under multiple-award contracts, as described in�8.405-5�and�16.505(b)(2)(i)(F); or ����������������(ii) Issued directly to concerns that qualify for the programs described in subparts�19.8,�19.13,�19.14, or�19.15�under multiple-award contracts, as described in�19.504(c)(1)(ii); and �����������(6) Contracts using the�HUBZone�price evaluation preference to award to a�HUBZone small business concern�unless the concern waived the evaluation preference. ������(d)�Independent contractors.�An independent�contractor�shall�be considered a�subcontractor. ������(e)�Limitations on subcontracting.�By submission of an�offer�and execution of a�contract, the�Contractor�agrees that in performance of a�contract�assigned a North American Industry Classification System (NAICS) code for� �����������(1) Services (except�construction), it will not pay more than 50 percent of the amount paid by the Government for�contract�performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the�prime contractor's 50 percent�subcontract�amount that cannot be exceeded. When a�contract�includes both services and�supplies, the 50 percent limitation�shall�apply only to the service portion of the�contract; �����������(2) Supplies�(other than�procurement�from a�nonmanufacturer�of such�supplies), it will not pay more than 50 percent of the amount paid by the Government for�contract�performance, excluding the cost of�materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the�prime contractor's 50 percent�subcontract�amount that cannot be exceeded. When a�contract�includes both�supplies�and services, the 50 percent limitation�shall�apply only to the supply portion of the�contract; �����������(3) General�construction, it will not pay more than 85 percent of the amount paid by the Government for�contract�performance, excluding the cost of�materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the�prime contractor's 85 percent�subcontract�amount that cannot be exceeded; or �����������(4) Construction�by special trade contractors, it will not pay more than 75 percent of the amount paid by the Government for�contract�performance, excluding the cost of�materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the�prime contractor's 75 percent�subcontract�amount that cannot be exceeded. ������(f)�The�Contractor�shall�comply with the limitations on subcontracting as follows: �����������(1)�For contracts, in accordance with paragraphs (c)(1), (2), (3) and (6) of this clause� ����������[Contracting Officer�check as appropriate.]� �����������?�By the end of the base term of the�contract�and then by the end of each subsequent�option�period; or �����������?�By the end of the performance period for each order issued under the�contract. �����������(2)�For orders, in accordance with paragraphs (c)(4) and (5) of this clause, by the end of the performance period for the order. ������(g) A joint venture agrees that, in the performance of the�contract, the applicable percentage specified in paragraph (e) of this clause will be performed by the aggregate of the joint venture participants. (End of clause)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a08e0a31996c40da9b428576230b99e5/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06251707-F 20220227/220225230114 (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.