SOLICITATION NOTICE
F -- Palmyra Atoll - EAST COOPER ISLAND PRELIMINARY ASSESSMENT / SITE INVESTIGATION
- Notice Date
- 10/15/2024 2:34:37 PM
- Notice Type
- Presolicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- 697DCK REGIONAL ACQUISITIONS SVCS FORT WORTH TX 76177 USA
- ZIP Code
- 76177
- Solicitation Number
- 697DCK-25-R-00043
- Response Due
- 10/30/2024 10:00:00 AM
- Archive Date
- 11/14/2024
- Point of Contact
- Sonia Holguin, Phone: 8172224397, Todd Butler, Phone: 8172224397
- E-Mail Address
-
sonia.o.holguin@faa.gov, Todd.Butler@faa.gov
(sonia.o.holguin@faa.gov, Todd.Butler@faa.gov)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- The Federal Aviation Administration (FAA) contemplates issuing a Screening Information Request (SIR) for environmental services necessary to perform a Preliminary Assessment / Site Investigation at �East Cooper Island, Palmyra Atoll.� Additional samples will be taken on Paradise Island and Strawn Island on, Palmyra Atoll to determine if there are any contaminants in the surface soils at concentrations that exceed applicable cleanup criteria and characterize concrete for future use or disposal. *** Fieldwork must be completed March 17-31, 2025 The purpose of this pre-solicitation is to solicit statements of interest and capabilities from Small Business Administration (SBA) SEDB 8(a) certified business concerns capable of performing the type of work described in this notice. The Contractor will provide all equipment, supplies, labor, transportation, and supervision necessary to perform the tasks described in the scope of work (SOW), not attached. The SOW includes, but is not limited to, the following: Determination must be made regarding the presence of contamination in soil by collecting and analyzing soil samples from every former facility on East Cooper Island Samples from all concrete structures on Menge, Paradise, Strawn and Cooper Island must be collected and analyzed to characterize the concrete for disposal or recycling. During a site visit to Paradise Island in November 2021 the roads on Paradise Island were observed to be conspicuously free of vegetation. To determine if the lack of vegetation is due to persistent herbicides or soil sterilizers the roads on Paradise Island must be sampled The Contractor must provide capability to perform a minimum of 1 full day of underwater survey. The contractor must provide utility locate services to identify all buried utility systems where subsurface work is to be completed. All soil and concrete samples must be collected in accordance with the Sample Breakout table that will be provided at solicitation.� At locations where lead and PCBs are potential contaminants of concern (all former structures which are not bare concrete) conduct lead and PCB sampling in accordance with the ATC Facilities EOSH Services Environmental Cleanup Program Soil Baseline Sampling Guide for Facilities Scheduled for Decommissioning/Disposition With Suspected Lead-Based Paint and Polychlorinated Biphenyl-Containing Paint which will be provided at solicitation. Due to significant sensitive flora and fauna present on Palmyra, the contractor must conduct all sampling while under the direct supervision of a representative from the FAA, USFW, and TNC each. The contractor must provide a DoD certified unexploded ordinance (UXO) professional on island during site work for the purpose of consultation in the event that unidentified materials are observed during the course of PA/SI activities A horizontal and vertical survey of all building locations, sample locations and any other locations deemed to be pertinent to the project must be conducted to third-order accuracy. The contractor must have some form of GPS enabled digital data collection and navigation capability during fieldwork (ArcGIS Field Maps or similar).� *** The device and program must be able to be operated offline as there is no internet or cell service available at any of the worksites. Contractor must coordinate all field activities with the CO and FAA Project Engineer.� Schedule will be mutually agreed upon by the Contractor and FAA Project Engineer as described.� Limited aircraft and companies comply with the Nature Conservancy (TNC) and United States Fish and Wildlife (USFW) requirements and aircraft requirements for landing on the runway present on Palmyra. As such, transportation to and from Palmyra from Honolulu, Hawaii for the available March 17-31, 2025 timeframe, will be provided by the FAA in coordination with TNC. All food transport to Palmyra is strictly controlled by TNC and USFW to mitigate the risk of transport of any invasive species or pathogens. In addition to transportation to and from Palmyra, food and lodging will be provided by TNC for all contractor staff during onsite work.� An attachment will be provided at solicitation covering biosecurity protocols. At least one person currently certified in standard First Aid/CPR by the American Red Cross or equivalent agency must be present on-site at all times during site operations. The contractor must abide by both the Palmyra Preserve Standards Acknowledgement & Expectations of Behavior and TNC Code of Conduct which will be provided at solicitation. All contractor staff must be able to pass a basic background check. Upon award all contractor personnel information must be submitted to the FAA to run background check through VAP system. All contractor staff must be able to travel internationally and have a valid passport. It is highly recommended that the passport not expire within 6 months of the planned return timeframe. Palmyra operates without an onsite physician and evacuation for medical emergencies could take up to 48 hours, and as such all contractor personnel will be required by TNC to submit TNC Palmyra Program Physician Medical Form All environmental samples must be analyzed by a laboratory that has been approved or certified by the state or territory agency in which the samples are being collected. In order to better understand the market for this potential requirement, the FAA requests the following information from interested SEDB 8(a) certified vendors: 1. Name of Company (the resultant Prime contractor that may ultimately be awarded the subsequent contract) 2. Address 3. Point of Contact name, email address and telephone number 4. UEI Number 5. Relevant experience on similar projects within the last five years. Please provide specific contract numbers, contact names and email information to support claimed capabilities. The System for Award Management (SAM) registration for interested Contractors must show that they are an active SBA certified 8(a) program participant or the interested Contractor must provide a copy of their SBA 8(a) certification letter in their response to this notice to be considered for inclusion in the future solicitation. Please submit your capability statement and the above information to Sonia.o.holguin@faa.gov no later than October 30, 2024 at 1200 Central Daylight Savings Time. Failure to respond to this pre-solicitation will preclude a Contractor�s ability to receive a copy of the future solicitation. Limit complete responses to no more than five pages. Information will not be released; however, mark PROPRIETARY on all documents submitted, as applicable.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/83696c309c024662a30fc7ab67132eeb/view)
- Place of Performance
- Address: Wake Island, HI 96898, USA
- Zip Code: 96898
- Country: USA
- Zip Code: 96898
- Record
- SN07240151-F 20241017/241015230105 (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 |