SOURCES SOUGHT
F -- BULK FUELS FACILITY (BFF) GROUNDWATER TREATMENT SYSTEM OPERATIONS, KIRTLAND AIR FORCE BASE, NM
- Notice Date
- 2/19/2025 3:15:04 PM
- Notice Type
- Sources Sought
- NAICS
- 562910
— Remediation Services
- Contracting Office
- W075 ENDIST ALBUQUERQUE ALBUQUERQUE NM 87109-3435 USA
- ZIP Code
- 87109-3435
- Solicitation Number
- W912PP25RA001
- Response Due
- 3/7/2025 1:00:00 PM
- Archive Date
- 03/22/2025
- Point of Contact
- Loretta Sanchez, Phone: 5053423210, ERICA M. TALLEY, Phone: 5053423223
- E-Mail Address
-
loretta.d.sanchez@usace.army.mil, ERICA.M.TALLEY@USACE.ARMY.MIL
(loretta.d.sanchez@usace.army.mil, ERICA.M.TALLEY@USACE.ARMY.MIL)
- Description
- SOURCES SOUGHT For W912PP25RA001 BULK FUELS FACILITY (BFF) Groundwater Treatment System Operations, KIRTLAND AIR FORCE BASE, NM This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. The U.S. Army Corps of Engineers (USACE) � Albuquerque District has been tasked to solicit for and award an environmental remedial services contract for Groundwater Monitoring and Interim Remedial Measures Operations and Modification for the Bulk Fuels Facility (BFF) site at Kirtland Air Force Base (KAFB), New Mexico. The proposed project will be a competitive, firm-fixed-price, service contract procured in accordance with FAR 15, Negotiated Procurement using a Best Value Tradeoff process, however, the results and analysis of the market research will finalize the determination of procurement method. The type of set-aside decision to be issued will depend upon the responses to this synopsis. PURPOSE OF SOURCES SOUGHT The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Woman-Owned Small Business (WOSB), Economically Disadvantaged Woman-Owned Small Business (EDWOSB) and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. PROJECT DESCRIPTION & EXPERIENCE REQUIREMENTS The Government is seeking qualified, experienced sources capable of performing a full range of environmental remedial services necessary to meet stringent Department of Defense (DoD) quality requirements and to meet complex and evolving regulatory criteria. The services include planning, permitting, regulatory compliance, collection of contaminant, geochemical, lithologic, hydraulic, and mechanical data; interpretation of chemical data sets to make assessments of contaminant nature extent and degradation processes; use of operational data to generate optimized system designs; perform remedial treatment system operation and install system upgrades; produce technical documents capable of withstanding subject matter expert scrutiny. Regulatory Expertise: The service provider shall have demonstrable regulatory expertise necessary to assessing New Mexico Environment Department (NMED) regulatory requirements under numerous regulatory criteria and in achieving regulatory concurrence on submittal documents. The provider must have experience that demonstrates compliance with NMED requirements under Resource Conservation and Recovery Act (RCRA). The provider should have verifiable experience complying with U.S. Environmental Protection Agency as well as State and Local governmental requirements of the National Pollution Discharge Elimination System (NPDES), the Clean Air Act of 1963, and the Clean Water Act of 1972. Environmental Remedial Expertise: The service provider must have demonstrable expertise in groundwater and petroleum remedial system design, installation, and operation. An environmental chemist and risk assessor are required to perform data validation on site monitoring and to determine human health and environmental impacts of KAFB releases. Database management is a critical task requiring management of thousands of lines of analytical data each quarter and providing database submittals to the Air Force Environmental Restoration Program Information Management System (ERPIMS). A broad foundation of expertise in organic contaminant fate and transport properties as phase separated liquids, vapor, and dissolved phases through vadose zone and aquifer media is required for successful operation of groundwater interim measures. A groundwater modeler with demonstrable experience in generating finite element models of sufficient complexity to simulate measured head and contaminant transport in dynamic well fields is required for interim measures quantitative assessments. A team of groundwater remedial design experts is required to maintain the existing interim measures system in compliance with regulatory and DoD quality requirements. Expertise in microbial and geochemical properties affecting petroleum hydrocarbons and halogenated compounds is necessary to operation, maintenance, and optimization of the existing remedial system. The provider must demonstrate these requirements are met in the capabilities and past performance. Remedial Design and Operation: The service provider must be able to plan, design, install, and operate groundwater remedial systems at federal facilities, such as KAFB. The service provider must demonstrate a history of satisfactory performance in compliance with administrative, security, contractual, and financial requirements of contracts for the DoD. Design, install, and operate wells, conveyance, and water purification systems capabilities must be demonstrated. The service provider shall have sufficient local staff (as prime or subcontract) or be able to mobilize staff to the Albuquerque New Mexico metropolitan area for the duration of the 5-year period of performance. Experienced water treatment operations and facilities maintenance staff must be demonstrated by past performance. Document Preparation and Public Outreach: The service provider must be able to produce highly technical document, data, simulations, and design deliverables. The current project produces more than 65,000 pages in document deliverables annually that include assessments of remedial operation compliance and performance, proposed remedial actions, and site characterization. The service provider must demonstrate sufficient capabilities with a broad range of technical, editorial, and production capabilities to meet stringent document quality and aggressive schedule requirements. The service provider must be able to translate highly technical material to the public in the form of stakeholder and public meeting presentations on a regular interval. The minimum/special capabilities required for this project are: Prime Contractor experienced with analysis of large environmental chemistry data sets and performing risk analysis according to federal and New Mexico state criteria Prime Contractor experience with groundwater remedial design, installation, and operation at a federal facility Prime Contractor experience with NMED regulations Prime Contractor local presence or committed ability to maintain core project staff in the vicinity of Albuquerque, NM for the 5-year period of performance The North American Industry Classification System code for this procurement is 562910 which has a small business size standard of $25 Million. Small Businesses are reminded under FAR 52.219-14 DEV, Limitations on Subcontracting that they must perform at least 50% of the cost of the contract, not including the cost of materials, with their own employees, or similarly situated entities for general service-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date for the solicitation is on or about 11 April 2025. The official synopsis citing the solicitation number will be issued on SAM.gov inviting firms to register electronically to receive a copy of the solicitation when it is issued. INSTRUCTIONS ON SUBMISSION OF RESPONSES TO THIS SOURCES SOUGHT Firm�s response to this Sources Sought shall be limited to 12 pages and shall include the following information: 1. Firm�s name, address, point of contact, phone number, e-mail address, CAGE, UEI, and website (if applicable). 2. Firm�s Business Size � LB, SB, 8(a), HUBZone, SDVOSB, EWOSB 3. Provide a list of at least three examples of same or similar work performed by your firm in the past 5 years of same or similar size, scope, magnitude and complexity as the Bulk Fuels Facility. a. Provide a brief description of the project, contract type, contract number, technical description, dollar value of the project, period of performance, customer name along with the current point of contact, telephone number and email, whether your firm worked as a prime or subcontractor, as part of a teaming partner, JV partner, or Mentor/Prot�g� program. If your firm was a subcontractor indicate your role in the project and the dollar value of the portion performed. 4. Firm�s experience with the minimum capabilities listed in this Sources Sought Notice. 5. Do you intend to have partners represented in the response? This includes, but is not limited to, existing joint venture partners, potential teaming partners, prime contractor (if responder is potential subcontractor), or subcontractors (if responder is potential prime contractor). If yes, please describe the partner and the expected relationship with respect to this activity. Procurement Integrated Enterprise Environment (PIEE) All prospective Offerors and their Subcontractors must be registered in the System for Award Management (SAM - www.SAM.gov) and the PIEE website to be able to download solicitation information. Solicitation documents, plans, and specifications are only available to be download from PIEE, which may be accessed at https://wawf.eb.mil OR https://piee.eb.mil OR https://piee.eb.mil/xhtml/unauth/home/login.xhtml. Registration should be completed one (1) week prior to the anticipated solicitation release date. USACE will not notify Offerors of any changes to the solicitation; Offerors must monitor PIEE and SAM for the solicitation to be posted, and for any posted changes or amendments. Copies of the solicitation will be made available for inspection without charge after the solicitation is released, when accessed through PIEE. Interested Firm�s shall respond to this Sources Sought Synopsis no later than 7 March, 2025, 2:00PM MST. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to Loretta Sanchez at Loretta.D.Sanchez@usace.army.mil. Firms responding to this sources sought notice who fail to provide ALL of the required information requested will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought notice. If inadequate responses are received, this solicitation may be issued for full and open competition.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c7a3bd49842a4c56a7a7068b512e0daa/view)
- Place of Performance
- Address: Kirtland AFB, NM 87117, USA
- Zip Code: 87117
- Country: USA
- Zip Code: 87117
- Record
- SN07347273-F 20250221/250219230038 (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 |