Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 01, 2023 SAM #7856
SOURCES SOUGHT

99 -- ARIMD Heavy Metals Mitigation

Notice Date
5/30/2023 1:31:01 PM
 
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
W912QR-ARIMD-FY23-24
 
Response Due
6/21/2023 8:59:00 PM
 
Archive Date
07/06/2023
 
Point of Contact
Amy M. Phillips, Kurt Egner
 
E-Mail Address
amy.m.phillips@usace.army.mil, kurt.m.egner@usace.army.mil
(amy.m.phillips@usace.army.mil, kurt.m.egner@usace.army.mil)
 
Description
******************************************************************************************** Please note that this notice has been updated to include the small business size standard under the applicable NAICS code. ******************************************************************************************** This is a SOURCES SOUGHT notice 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 five years is anticipated with an expectation that over the life of the contract the interior of approximately 600 U.S. Army Reserve facilities throughout the US and its territories will be evaluated and remediated for heavy metals contamination resulting from present and past uses. The capacity of this SATOC is estimated to be $245 million. It is estimated that three (3) Task Orders will be issued for the completion of the required work, with a combined value of approximately 90+% of the total capacity. The applicable NAICS code is 562910, Environmental Remediation Services. The small business size standard is 1,000 employees. The U.S. Army Reserve owns and leases hundreds of properties throughout the U.S. and territories. At various points in their lifetimes, the properties have been used for indoor firing ranges, equipment maintenance, and other uses that have caused heavy metals contamination. The magnitude of the contamination in each facility is not known. Investigation is required to determine the nature and extent of the heavy metals contamination, and abatement or cleaning is needed in the portions of the buildings where contamination is detected above regulatory limits. Abatement is needed where current and future activities do not presently generate heavy metals and therefore re-contamination is not expected. Cleaning is needed where current and future activities are expected to continue to generate heavy metals, and therefore recontamination is likely. 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 21 June 2023 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 indoor environmental abatement services capabilities. Please provide your response to the following.� Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's Unique Entity Identifier and Cage Code. 3. 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. a)�Projects similar in scope to this project include: wipe and air sampling to determine extent of interior contamination; interior abatement of lead from former indoor firing ranges; abatement of indoor heavy metals contamination from machinery operation and maintenance. b)�Projects similar in size to this project include: in a single calendar year, wipe sampling of a minimum of 400 properties and abatement/cleaning of a minimum of 150 properties (including administrative, maintenance, and appurtenant buildings) ranging from a few thousand square feet to tens of thousands of square feet across the U.S. and its territories. Must be able to provide associated management of concurrent activities in 300+ locations and coordinating with up to 150 different POCs to secure access to each facility; complete a range of security clearance requirements; and dispose of waste generated. c)� Based on the definitions above, for each project submitted, include: Counts of sampling (# facilities sampled & number of samples) & abatement (# facilities abated and square footage for each) projects/contracts 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. 4. If the SATOC boundary requires performance anywhere in the United States of America, and its territories how would that impact your decision to propose and/or your ability to perform on the contract? 5. If the SATOC boundary was separated by geographic region for multiple SATOC awards, for example, East, Midwest, and West, how would that impact your decision to propose and/or your ability to perform in a specific geographic region? 6. Respondent�s capability to perform, to include geographic reach, logistical capabilities, and project size (ie. number of concurrent locations) the respondent can handle. Respondents should also include capability to execute full sampling and abatement of the projects. 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 ten (10) pages with a minimum font size of 10pt and margins no less than 0.5"". Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Kurt.M.Egner@usace.army.mil. If you have questions please contact Amy M. Phillips at amy.m.phillips@usace.army.mil and courtesy copy Mr. Egner (email previously provided). ***This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.***
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a29eebf48aa04d229a31f4dae2df7b41/view)
 
Record
SN06698623-F 20230601/230530230124 (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.