Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 14, 2023 SAM #7991
SOURCES SOUGHT

99 -- Operations & Maintenance and Long-Term Monitoring Services at Joint Base Cape Cod

Notice Date
10/12/2023 7:21:35 AM
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
W2SD ENDIST NEW ENGLAND CONCORD MA 01742-2751 USA
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ23X0015
 
Response Due
10/12/2023 7:00:00 AM
 
Archive Date
10/27/2023
 
Point of Contact
Tyler Maryak, Phone: 9783188049
 
E-Mail Address
tyler.s.maryak@usace.army.mil
(tyler.s.maryak@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The U.S. Army Corps of Engineers (USACE) New England District is issuing this Sources Sought Announcement to determine interest, availability, and capability of 8(a) Small Business concerns to perform the work described below under an Indefinite Delivery/Indefinite Quantity (IDIQ) Remedial Action Contract (RAC). This will be a Single Award Task Order (SATOC) Firm-Fixed Priced IDIQ RAC. The NAICS Code for this procurement is 562910 (750 employees). The total contract capacity will be $24,000,000.00. �The period of performance will be a five-year contract. � USACE desires to identify contractors capable of providing the following environmental remediation services at Joint Base Cape Cod (JBCC) in Cape Cod, Massachusetts: Operations and Maintenance (O&M) of groundwater treatment facilities. Long-Term Monitoring (LTM) of groundwater. Aquifer hydraulic monitoring. Exploratory soil drilling and well installation. Military Munitions and Explosives of Concern (MEC) clearance supporting exploratory soil drilling and well installation. Laboratory analysis, data validation, and environmental database entry. Reporting (e.g., periodic data reports; five-year review). Miscellaneous building and road maintenance. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. After review of the responses to this announcement, and if the Government still plans to proceed with the acquisition, a solicitation announcement will be published in the https://sam.gov/ website for the respective project. NO SOLICITATION IS CURRENTLY AVAILABLE. All interested offerors will have the opportunity to respond to the solicitation announcement at a later time. Project Information: JBCC located in the western portion of Cape Cod in Barnstable County, Massachusetts, approximately 60 miles south of Boston and immediately southeast of the Cape Cod Canal. It occupies approximately 22,000 acres within the towns of Bourne, Falmouth, Mashpee, and Sandwich. USACE is Supervising Contractor for the National Guard Bureau�s Impact Area Groundwater Study Program (IAGWSP) that is being implemented to respond to the United States Environmental Protection Agency�s (USEPA) Administrative Orders on the Training Range and Impact Area at JBCC (formerly known as the Massachusetts Military Reservation) under Section 1431(a) of the Safe Drinking Water Act, 42 U.S.C. � 300i(a), and Section 7003 of the Resource Recovery and Conservation Act, 42 U.S.C. � 6973. IAGWSP is investigating and remediating groundwater contamination and its sources in the northern 15,000 acres of Camp Edwards at JBCC, as well as areas off-base. Additional information about the IAGWSP is provided here: http://jbcc-iagwsp.org/groundwater/ Responses: In order that we may assess your capability to perform this contract adequately, interested firms should submit a capabilities package to include, at the minimum, the following: Firm�s name, address, point-of-contact, phone number, email address, CAGE and SAM.gov Unique Entity Identifier. Business classification (e.g., 8(a) small business). Project overview and description for up to five (5) sample O&M/LTM projects comparable in scale and complexity to the project described above that were completed within the past seven (7) years. The project overviews shall include a synopsis of the project including project name, client, photos, month/year the firm�s work started and completed; total contract value of the firm�s work specifically; physical size of the impacted area; construction cost; and customer point-of-contact. A table indicating whether the sample projects included any of the following elements: O&M of groundwater treatment facilities. LTM of groundwater for perchlorate, explosives, and/or PFAS. MEC clearance. Sonic drilling. Environmental databases entry. Five-year reviews. A description of the firm�s in-house capabilities to accomplish the above stated work requirements and how the firm will meet or exceed the requirements for Federal Acquisition Regulation (FAR) 52.219-14 �Limitations on Subcontracting�. It should also describe the plan/method to be used in selection of team subcontractors for disciplines not provided by in-house resources to ensure appropriate level of experience and quality of work. Firm�s ability to provide binding rates for personnel labor and equipment and to certify cost and pricing data (via an approved accounting system) in compliance with FAR 52.215-20. Any advice you would give the Government in planning for the procurement of the contract and for O&M/LTM execution. If work is intended to be done using a team, please indicate this and include information on the major subconsultant(s) on the team in the information requested above. Responses should be limited to a pdf file that shall not exceed thirty 8.5x11 pages (not including cover sheet); 11x17 pages (count as two pages) can be used for the project overviews. Responses are due by January 10, 2023. Responses should be emailed to Contract Specialist Tyler Maryak at Tyler.S.Maryak@usace.army.mil. NO APPOINTMENTS OR TELEPHONE CALLS WILL BE ACCEPTED. The Government will not pay for any material provided in response to this market survey nor return the data provided. This is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice. THIS IS A NOTICE FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE IS NO BID PACKAGE, SOLICITATION, SPECIFICATION OR DRAWINGS AVAILABLE WITH THIS ANNOUNCEMENT. IT DOES NOT CONSTITUTE A PROCUREMENT COMMITMENT BY THE US ARMY CORPS OF ENGINEERS, IMPLIED OR OTHERWISE. NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT ANNOUNCEMENT. RESPONSE IS STRICTLY VOLUNTARY; NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SOURCES SOUGHT ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. THE GOVERNMENT SHALL NOT BE LIABLE FOR OR SUFFER ANY CONSEQUENTIAL DAMAGES FOR ANY IMPROPERLY IDENTIFIED INFORMATION.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6a4b71ce4a504ef88ceb83a394b97bdd/view)
 
Record
SN06858771-F 20231014/231012230053 (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.