SOURCES SOUGHT
F -- Jacobsville Environmental Remediation
- Notice Date
- 6/10/2022 10:30:33 AM
- Notice Type
- Sources Sought
- NAICS
- 562910
— Remediation Services
- Contracting Office
- US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR22R0056SS
- Response Due
- 6/24/2022 8:59:00 PM
- Point of Contact
- Kurt M. Egner, Phone: 5023157050
- E-Mail Address
-
kurt.m.egner@usace.army.mil
(kurt.m.egner@usace.army.mil)
- Description
- W912QR0056 � Jacobsville Phase Four This is a SOURCES SOUGHT not ice to determine the capabilities of small business firms for a small business set-aside. If your firm is a Small Business, certified HUBZone, 8A, Woman- Owned Small Business or Service-Disabled Veteran Owned Business and you are interested in this project please respond appropriately. This notice does not constitute a solicitation announcement, nor does it restrict the Government to an ultimate acquisition approach. No solicitation or technical scope of services is available at this time. The Government will use the responses to this SOURCES SOUGHT notice to make acquisition decisions. Small businesses are strongly encouraged to review this SOURCES SOUGHT and submit according to the directions in this notice. A Single Award Task Order Contract (SATOC) with an ordering period of three base years and two one year options (5 years total if all options are exercised) is anticipated with an expectation that 400 residential properties at the Jacobsville Neighborhood Soil Contamination Superfund Site will be remediated each field season. The estimated total dollar value of the SATOC is $67 million. The applicable NAICS code is 562910, Environmental Remediation Services. The Jacobsville Neighborhood Soil Contamination Superfund Site is located in Evansville, Indiana. Airborne dust, soot and smoke from industrial operations from the late 1800�s to the mid 1900�s resulted in lead- and arsenic-contaminated soil at approximately 4,000 residential properties. Remedial action in accordance with the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), as amended by the Superfund Amend ments and Reauthorization Act (SARA), and National Contingency Plan (NCP) requirements is ongoing. For this contract, the U.S. Army Corps of Engineers (USACE) will assist the U.S. Environmental Protection Agency (USEPA) with remediating lead/arsenic-contaminated soil on residential properties. The scope of work includes preparation of plans (project management plan, quality control plan, quality management plan for USEPA, a quality assurance project plan (QAPP) in the Uniform Federal Policy QAPP format, accident prevention plan with health and safety plan, data management plan, site management plan), excavation of soils per USEPA-provided remedial designs, backfill/restoration of disturbed areas, transportation and disposal of contaminated soil, restoration of properties, and preparation of reports and property folders documenting remediation. All interested Small Business, certified HUBZone, 8A, Woman- Owned Small Business or Service-Disabled Veteran Owned Business contractors should respond to this SOURCES SOUGHT via email no later than 24 June 2022 at 11:59PM Eastern Time. The following�requests are designed to apprise the US Army Corps of Engineers, Louisville District, of any prospective small business environmental remediation services capabilities. Please provide your response to the following. The submission is limited to 8 total pages of information. Responses should include: Identification and verification of the company's small business status. Contractor's Unique Entity Identifier and Cage Code. Description of Past Performance: Interested firms may submit up to two (2) examples of similar projects that the firm has completed successfully within the last five (5) years. Projects that are 75% complete can be submitted to fulfill this requirement. Example projects must be of similar size and scope. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages, and quality of performance. For each example project, include original contract amount, pending and actual modification cost. Projects similar in scope to this project include: Projects considered similar in scope will include USEPA-funded Superfund projects remediating residential properties with contaminated soil. Projects similar in size to this project include: Projects considered similar in size will include a minimum 250 individual residential properties (i.e., each having its own yard) remediated in a single field season. Based on the definitions above, for each project submitted, include: Current percentage of remediation complete and the date when it was or will be completed. Scope of the project. Size of the project. The dollar value of the contract. The portion and percentage of the project that was self-performed. � Additional Submittal Information: Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting, they must not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Total submittal package shall be no longer than 8 pages.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5473b9d58b0e469ab1d3e0e8709758ac/view)
- Place of Performance
- Address: Evansville, IN 47710, USA
- Zip Code: 47710
- Country: USA
- Zip Code: 47710
- Record
- SN06355115-F 20220612/220610230106 (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 |