Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 09, 2022 SAM #7618
SOURCES SOUGHT

F -- Operational Range Assessment Program/Military Munitions Response Program-Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC)

Notice Date
10/7/2022 10:13:55 AM
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
US ARMY ENGINEER DISTRICT SACRAMENT SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Solicitation Number
W9123823R0005
 
Response Due
10/24/2022 4:00:00 PM
 
Point of Contact
Natalia Gomez, Michelle Spence
 
E-Mail Address
natalia.gomez@usace.army.mil, michelle.a.spence@usace.army.mil
(natalia.gomez@usace.army.mil, michelle.a.spence@usace.army.mil)
 
Description
This Sources Sought Notice is for Market Research ONLY to determine the availability, capability and interest of small business firms for a potential small business category type set-aside.� NO AWARD will be made from this Sources Sought Notice.� NO SOLICITATION OR SPECIFICATIONS ARE AVAILABLE AT THIS TIME as this is solely for Market Research. Please do not request such documentation.� Requests for any of this information will go unanswered.� If the conditions at FAR 19.502-2(b) are met the contracting officer is required to set the acquisition aside for small business concerns. Accordingly, interested contractors having the skill, capabilities and workload capacity necessary to complete the described project (either through self-performance and/or the managing of subcontractors) are invited to provide their capability statements to the point of contact listed below.� All responses will be used to determine the appropriate acquisition strategy for a potential acquisition.� The purpose of this notice is to obtain a snapshot of current market capabilities and gain knowledge of potential small business sources to include small business in the following socioeconomic categories: Certified HUB Zone; Woman-Owned Small Business (WOSB) and Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns to provide munitions support.� Other than small business is encouraged to express interest and submit capability statements as well. �� Contractors� capabilities will be reviewed solely for the purpose of determining an appropriate acquisition strategy to include whether this prospective action is appropriate to be set-aside for the small business community or should proceed as an unrestricted full and open acquisition.�� Other than small businesses are encouraged to respond to this NOTICE to provide a greater context of current market capabilities. However, per the Federal Acquisition Regulations, preference will be given to the small business categories as listed above. In determining the acquisition strategy, the Government must ensure there is adequate competition among the potential pool of available contractors. The Government intends to award a 5 year Firm Fixed Price Multiple Award IDIQ Contract NAICS Code: 562910 Remediation Services Small Business Size Standard: 750 employees Product Service Code: F999 Other Environmental Services PROJECT DESCRIPTION: This requirement and anticipated acquisition strategy is to establish a Firm Fixed Price 5 year Multiple Award Task Order Contract (MATOC) to provide Operational Range Assessment Program/Military Munitions Response Program support work for the U.S. Army Corps of Engineers, South Pacific Division (SPD) and Sacramento District (SPK) customers including but not limited to, Operational Range Assessment Program (ORAP) Department of Defense Environmental Restoration Program (DERP); Formerly Used Defense Sites (FUDS); Military Munitions Response Program (MMRP) for various Department of Defense (DoD) customers; DoD Environmental Compliance Program, Environmental Support for Others (ESFO) Program; support to the Environmental Protection Agency (EPA) including Superfund and Brownfield Programs; Formerly Utilized Sites Remedial Action Program (FUSRAP); environmental cleanup for various military and Interagency and International Support (IIS) customers; environmental stewardship, and other environmental related regulatory programs. This work will be accomplished with individual task orders against the MATOC, as allowed by DFARS 217.204(e)(i). The MATOC IDIQ ceiling is estimated at $49,900,000. GENERAL SCOPE: Work anticipated under this MATOC includes, but is not limited to provide munitions support. This work will be accomplished with individual task orders against the MATOC. As allowed by DFARS 217.204(e)(i), the ordering period for this MATOC is five (5) years. The potential task list includes but is not limited to preparation of work plans; studies with associated reports; multiple phases of field investigations; preliminary assessments (PA); site inspections (SI) and remedial site inspections; remedial investigations (RI); feasibility studies (FS); Engineering Evaluation Cost Analysis (EECA); Action Memorandum (AM); Proposed Plan (PP); Decision Document (DD); Record of Decision (ROD), monitoring well installation and sampling; short and long term monitoring/long term operations (LTM/LTO) or Long Term Response Action (LTRA); data management; data interpretation; engineering evaluation and corrective actions; optimization studies; ground-water modeling; geophysical surveys; remediation cost estimates; management of non-hazardous and hazardous investigative derived waste (IDW); environmental and human health risk assessments; risk based remediation; air emission issues including vapor intrusion; surface water discharge, applying for environmental permits, remedial design; well abandonment; meetings; public meeting participation; preparation of presentation material both written and visual; hydrological, sediment and soil studies; project reports; engineering support and/or design; value engineering studies; operations and maintenance (O&M) for ORAP/MMRP sites; energy evaluations for remediation systems; remedial action plans; remedial actions; removal action plans; removal actions; construction support; range clearance activities; site closeout/decision documents; abandoned mines program support; other military munitions activities; and, future project programming and scheduling support. Remedial action activities could include, but are not limited to remote excavation, sifting plants, air sparging; soil vapor extraction; bioremediation including explosive media; asbestos and lead-based paint remediation; radon abatement; landfill capping and collection systems; building remediation and demolition; sediment remediation; air discharge systems; ground-water extraction and injection systems; air stripping; carbon absorption; ground-water treatment systems; incineration of soils; low-temperature thermal desorption; mixed water disposal; solidification of contaminated matter; soil washing; detection, recovery, and disposal of MEC or any in-situ or on-site treatment methods to treat MEC, MEC Constituents, and any co-mingled contaminants. Remedial actions may address both regulated and non-regulated toxic substances. CAPABILITY STATEMENT The following requests are designed to inform the US Army Corps of Engineers, Sacramento District, of current contractor market capabilities. Please provide your response to the following.� The submission is limited to 10 8.5 x 11 pages with a minimum font size of 12. 1) Offeror's name, DUNS#, address, point of contact, phone number, and e-mail address. 2) Offeror's experience and capability to complete contracts of this magnitude and complexity and comparable work performed within the past 6 years. Describe the Prime�s self-performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project - provide at least 3 examples. 3) Offeror's socioeconomic type and business size (Certified HUB Zone; Woman-Owned Small Business (WOSB) and Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns). The Capabilities Statement will not be considered an offer (proposal) or a bid for any future Request for Proposal or Invitation for Bid that may result from this notice. Moreover, it will not restrict the Government to an ultimate acquisition approach.� This notice is for information and planning purposes only.� The respondents will not be notified of the results of any review conducted of the capability statements received. Please notify this office in writing via email by 16:00 Monday, 24 Oct 2022. Submit response and information through email to: natalia.gomez@usace.army.mil and michelle.a.spence@usace.army.mil.� Please include No. W91238-23-R-0005 in the subject line.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/719194705f18480a9ebd479b32ee893c/view)
 
Record
SN06489900-F 20221009/221007230116 (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.