Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 31, 2023 SAM #7794
SOURCES SOUGHT

F -- Environmental Quality (EQ) Support Services Program, ESS MATOC

Notice Date
3/29/2023 11:20:57 AM
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
W2SN ENDIST ALASKA ANCHORAGE AK 99506-0898 USA
 
ZIP Code
99506-0898
 
Solicitation Number
W911KB23R0032
 
Response Due
4/13/2023 3:00:00 PM
 
Archive Date
04/15/2023
 
Point of Contact
SCOTT LATHROP, Phone: 907-753-2593, George Nasif, Phone: 907-753-2838
 
E-Mail Address
scott.lathrop@usace.army.mil, george.g.nasif@usace.army.mil
(scott.lathrop@usace.army.mil, george.g.nasif@usace.army.mil)
 
Description
INDEFINITE DELIVERY CONTRACT FOR ENVIRONMENTAL SUPPORT SERVICES, PRIMARILY VARIOUS LOCATIONS, ALASKA. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. The US Army Corps of Engineers is conducting market research to facilitate a determination of 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. The U.S. Army Corps of Engineers, Alaska District, is conducting this market research for a potential Indefinite Delivery contract with a capacity of less than $50 Million to identify businesses which have the following capabilities: The scope of this environmental services contract is to provide environmental conservation, compliance, pollution prevention, and operations and maintenance support necessary to execute environmental mission requirements on behalf of US Army Corps of Engineers customers. Primary customers include the US Army and US Air Force as well as non-DOD customers under the Interagency and International Services Program. Requirements shall be carried out as specified in the individual task orders at locations within the Pacific Ocean Division (POD) area of responsibility (AOR). Most of the work will be executed within the state of Alaska; however, the contracts will have the flexibility to execute EQ services projects elsewhere in the POD AOR to include Hawaii, Japan, Guam, Wake Island, and the Northern Mariana Islands. Requirements include but are not limited to: air quality; cultural and natural resource management; hazardous material /hazardous waste management; pollution prevention; remedial action operations and maintenance; long term monitoring; pesticide management; petroleum, oil, and lubricant management; solid waste management; storage tank management; asbestos, radon, lead-based paint survey and abatement; waste water and storm water management; drinking water surveillance, environmental baseline surveys; and environmental impact analyses. Examples of specific services include tasks such as operating and maintaining pollution control or remedial action operations equipment, characterizing waste streams, environmental monitoring, sampling, and analysis, operating a hazardous waste accumulation site, and updating existing environmental plans. Environmental activities may also include incidental restoration services. In carrying out work assignment(s) issued as task orders under this contract, the contractor shall furnish the personnel, equipment, tools, materials, vehicles, facilities, supervision and other items and services necessary for, or incidental to, the performance of work set forth herein Contractor personnel shall possess appropriate certifications and training to accomplish the required services as specified in individual task orders. Each task order will identify appropriate services. This contract encompasses the full range of methods, technologies, and supporting activities necessary to conduct environmental services efforts to address environmental needs at military installations and other locations in accordance with technical and regulatory requirements. For work in areas outside the US and US territories, the Contractor shall comply with applicable international agreements, DoD policy (e.g., OEBGD, country-specific FGS, Combatant Command directive), and Service policy. The Government will use information provided by interested vendors to determine the overall acquisition strategy for this procurement. In response to this notice, interested vendors should submit a capability statement (3 pages or less) in written format via email to the Points of Contact (POCs) listed in this notice. Please provide the following information in your capability statement: (1) Business name, address, UEI, CAGE code, and business size under NAICS 562910, Environmental Remediation Services (size standard 500 employees).� (2) Type of small business, if applicable (HUBZone, SDVOSB, 8(a), WOSB, etc.). (3) Summary of how your company is uniquely capable and qualified to perform environmental conservation, environmental compliance, pollution prevention and environmental O&M activities. (4) Summary of projects completed that are like the types of projects outlined above. Include the total cost and duration of each project and indicate whether the work was performed as a prime contractor or subcontractor. Capability statements should be submitted as soon as possible but no later than the date and time listed in this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1e628491962349e5984974d420fe4291/view)
 
Place of Performance
Address: AK, USA
Country: USA
 
Record
SN06634370-F 20230331/230329230111 (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.