Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 07, 2024 SAM #8228
SOURCES SOUGHT

99 -- SOURCES SOUGHT $249M W9128F24SS003 FOR ENVIRONMENTAL REMEDIATION SERVICES (ERS)

Notice Date
6/5/2024 6:26:17 AM
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F24SS003
 
Response Due
7/8/2024 12:00:00 PM
 
Archive Date
07/23/2024
 
Point of Contact
Jennifer Gilbreath, Tyler P. Hegge
 
E-Mail Address
jennifer.c.gilbreath@usace.army.mil, tyler.hegge@usace.army.mil
(jennifer.c.gilbreath@usace.army.mil, tyler.hegge@usace.army.mil)
 
Description
SOURCES SOUGHT ANNOUNCEMENT NO. W9128F24SS003 FOR ENVIRONMENTAL REMEDIATION SERVICES (ERS), NORTHWESTERN DIVISION AND APPROVED CUSTOMERS, USACE This is a SOURCES SOUGHT ANNOUNCEMENT FOR ACQUISITION PLANNING PURPOSES ONLY AND IS NOT A PRE-SOLICITATION NOTICE OR SOLICITATION ISSUANCE. Response to this request for information (RFI) is strictly voluntary and will not affect any business's ability to submit an offer, should a solicitation be released. There is no solicitation document associated with this announcement; this is not a request for proposal (RFP). The requested information is for acquisition planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of contractors' information. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. This RFI constitutes a market research tool for the collection and analysis of information to determine capabilities and capacity of interested contractors. � The Omaha District, U. S. Army Corps of Engineers is seeking information from interested, qualified Small Business Community (SBC) members (for example, Small Businesses [SB], 8[a], HUBZone, Small Disadvantaged Businesses [SDB], Service Disable Veteran Owned Small Businesses [SDVOSB], Women Owned Small Businesses [WOSB]), and other-than-Small Business firms (�Large� businesses) that are capable of providing services under North American Industrial Classification System (NAICS) code 562910 � Environmental Remediation Services (ERS), which has a small business size standard of 1,000 employees. All qualified, interested, capable firms are highly encouraged to respond to this sources sought announcement.� Prior Government contract work is not required for submitting a response to this sources sought synopsis. SCOPE OF REQUIREMENT ERS contracts will support work for Northwestern Division and approved customers at hazardous toxic and radioactive waste (HTRW) sites and Military Munitions Response Program (MMRP) sites for both civilian and military agencies of the Federal Government. Projects will include construction of treatment systems (acid rock drainage, per- and poly-fluoroalkyl substances [PFAS]), dredging, hard rock mine reclamation, time critical and non-time critical removal actions, residential remedial action, and complex groundwater sites with significant technical challenges in achieving cleanup goals within a reasonable timeframe due to the nature and extent of contamination, geologic setting, stringent cleanup goals, and lack of effective remedial options. These types of projects require a rigorous understanding of environmental laws and agency requirements; interdisciplinary collaboration from program and project management, contract management, construction, geology, chemistry, biology, safety, and engineers such as environmental, civil, geotechnical, structural, and hydrological engineers; innovative measures to achieve schedules and program metrics; significant community involvement; adaptive management; investment of startup capital; and bonding. Services include activities such as the assessment, inspection, investigation, study, control, characterization, containment, removal and/or treatment of environmental contamination from pollutants, toxic substances, PFAS, radioactive materials, and hazardous materials. Additional requirements may be identified at task order level. ERS contracts will include services related to requirements of the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA), the Resource Conservation and Recovery Act (RCRA), the Environmental Protection Agency (EPA) Emerging Contaminant Program; the National Oil and Hazardous Substances Pollution Contingency Plan (NCP), Military Munitions Response Program (MMRP), the Clean Water Act, the Clean Air Act, National Environmental Policy Act (NEPA), National Historic Preservation Act, Endangered Species Act and other related Federal Programs in addition to State/Local specific regulations/requirements dealing with hazardous waste management/disposal, radioactive waste/mixed waste management/disposal, and with Underground Storage Tanks (USTs), and other fuels related issues. TYPES OF CONTRACTS Contracts are intended to be procured in accordance with FAR Part 15. It is projected that each contract awarded may have an ordering period of seven (7) years from the date of award, via some combination of base and option years (for example, five-year base plus one two-year option period). The number of RFPs and dollar capacity to be awarded is undetermined at this time. Task orders are intended to be firm-fixed price and cost reimbursable. Task orders may range from approximately $25,000,000 to $60,000,000. � SUBMISSIONS/RESPONSES Responses to this Sources Sought Announcement/RFI shall be in a single PDF document and should include the following information (item numbers (1) through (9) below). Cover letters, and extraneous materials are NOT desired. Materials, documents, web links, etc. incorporated by reference in responses will not be accessed by the Government for inclusion; all responses must be self-contained, to address the following items. (1) Firm name, address, point of contact, phone number, and e-mail address. (2) Firm Unique Entity Identifier (UEI) and CAGE Code. � (3) Firm business size in relation to NAICS code 562910 � ERS, which has a small business size standard of 1,000 employees, AS WELL AS TYPE(S) OF SMALL BUSINESS (SB, SDV, SDVOSB, 8(a), etc.). � (4) Identify location in which your company normally performs work and also identify location in which your company would be likely to compete for work under this requirement. Options include: NWD boundaries, Contiguous 48 states, Alaska, Hawaii, Puerto Rico, Northern Mariana Islands, American Samoa, Guam, U.S. Virgin Islands, and U.S. Outlying Islands (as defined by FAR Part 2, Subpart 2.1) (5) Experience. Provide specific information to assist the Government in understanding the capabilities, competence, and history in performing projects as described in the Scope of Requirement for the Government. Examples include, capability statements, project portfolios, corporate advertisements, historical records, staffing summaries, etc. Please provide details of the submissions such as, NAICS codes used, customer point of contact and contact information, dates, durations, type of contract, and project values. (6) Capacity to accomplish the work. Demonstrate capability and capacity to perform services on at least five (5) different, large (greater than $25,000,000) task order awards concurrently. Include this information in tabular form displaying the project name and location, prime contractor, years of the task order, dollar amount, and number of personnel supporting the project. (7) Cost reimbursement capability. Over the past five years, approximately what percentage (1-20%, 21-40%, 41-60%, 61-80%, 81-100%, None) of your company�s contracts have been Cost Reimbursable (as defined in FAR Part 16, Subpart 16.3). (8) Has your company�s accounting system been audited by DCAA and/or has your company�s accounting system been determined to be acceptable by DCAA/DCMA as part of a pre-award survey or other method within the last three years from the date of your response to this submission? Specify the date of the most recent independent audit completion. (9) Provide one (1) example project that meets all of the criteria below, or up to three (3) example projects that reflects firm�s capability to perform work similar in scope and complexity to this requirement and meets the criteria below. All projects should be complete or substantially complete. � Remedial or removal action project with construction valued at $25,000,000 or more on one task order to reflect a comparable magnitude as the upcoming projects. � PFAS remediation project constructing large, treatment system(s) or implementing innovative PFAS technologies. This does NOT include point-of-entry or point-of-use systems. � At least one example project showing your firm has successfully worked on a cost reimbursable contract over $25,000,000 or more on one task order to reflect a comparable magnitude as the upcoming projects.� Note: A similar ERS sources sought announcement was recently posted to SAM.gov under announcement number W9128F23SE001. Differences such as ERS construction experience, primary location, size and complexity of project experience, types of questions, etc. will be found with this sources sought announcement. Please do not send the same response for both. Responses to this Sources Sought Announcement are due no later than 1400 CST, Monday, July 8th, 2024. Email your response to Tyler Hegge at tyler.hegge@usace.army.mil and Jennifer Gilbreath at Jennifer.c.gilbreath@usace.army.mil. Service providers must be registered in SAM (www.SAM.gov) to be eligible for award of Government contracts. The Omaha District Small Business office may be reached at CENWO-SB@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/26d00005c0e9490ca0a6ac3241af1b12/view)
 
Place of Performance
Address: Omaha, NE, USA
Country: USA
 
Record
SN07087851-F 20240607/240605230121 (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.