CLU-IN HomeSkip common site navigation and headers
What's Hot? What's New? Remediation Characterization and MonitoringTraining Initiatives and Partnerships Publications and Studio Databases Software and Tools TechDirect and Newsletters Vendor and Developer Support About CLU-IN

Technology Innovation Program
CommentsSite MapEPA HomeCLU-IN Home
  What's Hot? What's New?  
  - Federal Business Opportunities (FedBizOpps)
> Subscribe
> Change Your Address
> Unsubscribe
 
 

purple divider

View Notices for:
> FedBizOpps Notices for November 24-28, 2008
purple divider

This update contains summaries of procurement and contract award notices issued between November 24-28, 2008 that pertain to hazardous waste, solid waste, underground storage tank remediation, and other environmental topics. However, it does not necessarily contain EVERY notice on these topics.

If you would like to search for additional current and archived notices, or receive notification of solicitation amendments, please visit the FedBizOpps web site.


DEMOLITION - FACILITY REDUCTION PROGRAM,
MIDWEST REGION (PRESOL)
SOL W912DY09R0008 DUE 010809 POC: Paul Daugherty,
256-895-1456, Paul.daugherty@us.army.mil NAICS: 238910.
The US Army Corps of Engineers is soliciting proposals for
demolition services to support the Facilities Reduction Program
in the Midwest Region. The Midwest Region includes Arkansas,
Colorado, Idaho, Illinois, Iowa, Kansas, Louisiana, Minnesota,
Missouri, Montana, Nebraska, New Mexico, North Dakota,
Oklahoma, South Dakota, Texas, Utah, Wisconsin, and
Wyoming. The Government anticipates making the solicitation
available on the Federal Business Opportunities website at
www.fedbizopps.gov on or about 08 December 2008. Pursuant
to FAR 19.10, the U S Army Engineering and Support Center,
Huntsville will conduct an unrestricted full-and-open competition
and anticipates the award of a minimum of three and up to five
contracts for the Midwest Region. The NAICS code is 238910.
The awarded contracts will share a total capacity of
$60,000,000. The awards will consist of one base year with four
one-year option years for a possible total five year contract. The
Facilities Reduction Program consists of demolition and
removal of small to very large excess buildings and structures
at Army and other federally funded facilities. Potential tasks
include the removal of trees and vegetation, parking lots,
drives, sidewalks, roadways, removal and rerouting of utility
connections, removal of outbuildings, abatement of
contaminants (e.g. lead, asbestos, chemicals, PCBs, petroleum
byproducts, energetics), removal of above or underground
storage tanks, recycling of building materials, redirection of
debris waste streams, value engineering, site restoration, data
collection, data analysis and reporting, hazardous and
non-hazardous debris transportation, environmental sampling,
and other activities pertaining to demolition, deconstruction,
waste reduction and restoration. Projects may also include
emergency response to disasters causing either man-made or
natural destruction, such as hurricanes, floods, tornadoes,
terrorist activities, etc. Contractors must be capable of
mobilizing equipment and personnel with very short notice
within specified time constraints. Prior Government contract
experience is not required for receiving an award under the
planned solicitation. However, all performance must be in
compliance with the U.S. Army Corps of Engineers (USACE)
Safety and Health Requirements Manual, EM 385-1-1 and must
also comply with all Federal, State and local laws, ordinances,
codes, and regulations. Offerors may propose on this requirement as a sole contractor,
prime contractor with subcontractor(s), a joint venture, or a teaming arrangement. Offerors
must be able to perform multiple task orders simultaneously in various geographic locations
within the Midwest Region. Offerors must have the capability to develop and submit a
site-specific demolition work plan, storm water pollution prevention plan, quality control plan
and safety plan. The solicitation will include an actual seed task order at Ft. Hood, TX.
Potential vendors are encouraged to participate in a site visit to Ft. Hood, TX. The
Government will host a National Demolition pre-proposal conference on or about 18
December 08 in Huntsville, Alabama. Details for the site visit and pre-proposal conference
will be announced in the RFP when it is posted to the Federal Business Opportunities
website. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=d95f9ebb31e46b5e6a4581d6b39dc626&tab=core&_cview=0
Posted 11/24/08
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer
District, Huntsville, US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL
35807-4301
PUBLICATION DATE: November 26, 2008
ISSUE: FBO-2557


DEMOLITION - FACILITY REDUCTION PROGRAM, PACIFIC REGION (PRESOL)
SOL W912DY09R0009 DUE 010809 POC: Paul Daugherty, 256-895-1456,
Paul.daugherty@us.army.mil NAICS: 238910. The US Army Corps of Engineers is soliciting
proposals for demolition services to support the Facilities Reduction Program in the Pacific
Region. The Pacific Region includes Alaska, Arizona, California, Hawaii, Nevada, Oregon,
and Washington. The Government anticipates making the solicitation available on the
Federal Business Opportunities website at www.fedbizopps.gov on or about 08 December
2008. Pursuant to FAR 19.10, the U S Army Engineering and Support Center, Huntsville
will conduct an unrestricted full-and-open competition and anticipates the award of a
minimum of three and up to five contracts for the Pacific Region. The NAICS code is
238910. The awarded contracts will share a total capacity of $60,000,000. The awards will
consist of one base year with four one-year option years for a possible total five year
contract. The Facilities Reduction Program consists of demolition and removal of small to
very large excess buildings and structures at Army and other federally funded facilities.
Potential tasks include the removal of trees and vegetation, parking lots, drives, sidewalks,
roadways, removal and rerouting of utility connections, removal of outbuildings, abatement
of contaminants (e.g. lead, asbestos, chemicals, PCBs, petroleum byproducts, energetics),
removal of above or underground storage tanks, recycling of building materials, redirection
of debris waste streams, value engineering, site restoration, data collection, data analysis
and reporting, hazardous and non-hazardous debris transportation, environmental sampling,
and other activities pertaining to demolition, deconstruction, waste reduction and restoration.
Projects may also include emergency response to disasters causing either man-made or
natural destruction, such as hurricanes, floods, tornadoes, terrorist activities, etc.
Contractors must be capable of mobilizing equipment and personnel with very short notice
within specified time constraints. Prior Government contract experience is not required for
receiving an award under the planned solicitation. However, all performance must be in
compliance with the U.S. Army Corps of Engineers (USACE) Safety and Health
Requirements Manual, EM 385-1-1 and must also comply with all Federal, State and local
laws, ordinances, codes, and regulations. Offerors may propose on this requirement as a
sole contractor, prime contractor with subcontractor(s), a joint venture, or a teaming
arrangement. Offerors must be able to perform multiple task orders simultaneously in
various geographic locations within the Pacific Region. Offerors must have the capability to
develop and submit a site-specific demolition work plan, storm water pollution prevention
plan, quality control plan and safety plan. The solicitation will include an actual seed task
order at Ft. Lewis, WA. Potential vendors are encouraged to participate in a site visit to Ft.
Lewis, WA. The Government will host a National Demolition pre-proposal conference on or
about 18 December 08 in Huntsville, Alabama. Details for the site visit and pre-proposal
conference will be announced in the RFP when it is posted to the Federal Business
Opportunities website. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=9132d560548b0f7997f5cdd234bb2dec&tab=core&_cview=0
Posted 11/24/08
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer
District, Huntsville, US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL
35807-4301
PUBLICATION DATE: November 26, 2008
ISSUE: FBO-2557


DEMOLITION - FACILITY REDUCTION PROGRAM, MIDDLE AND EASTERN REGION
(PRESOL)
SOL W912DY09R0007 DUE 010809 POC: Paul Daugherty, 256-895-1456,
Paul.daugherty@us.army.mil NAICS: 238910. The US Army Corps of Engineers is soliciting
offers for demolition services to support the Facilities Reduction Program in the Mideast
Region. The Mideast Region includes Alabama, Florida, Georgia, Indiana, Kentucky,
Michigan, Mississippi, North Carolina, Ohio, South Carolina, Tennessee, and Puerto Rico.
The Government anticipates making the solicitation available on the Federal Business
Opportunities website at www.fedbizopps.gov on or about 08 December 2008. Pursuant to
FAR 19.10, the U S Army Engineering and Support Center, Huntsville will conduct an
unrestricted full-and-open competition and anticipates the award of a minimum of three and
up to five contracts for the Mideast Region. The NAICS code is 238910. The awarded
contracts will share a total capacity of $60,000,000. The awards will consist of one base year
with four one-year option years for a possible total five year contract. The Facilities
Reduction Program consists of demolition and removal of small to very large excess
buildings and structures at Army and other federally funded facilities. Potential tasks include
the removal of trees and vegetation, parking lots, drives, sidewalks, roadways, removal and
rerouting of utility connections, removal of outbuildings, abatement of contaminants (e.g.
lead, asbestos, chemicals, PCBs, petroleum byproducts, energetics), removal of above or
underground storage tanks, recycling of building materials, redirection of debris waste
streams, value engineering, site restoration, data collection, data analysis and reporting,
hazardous and non-hazardous debris transportation, environmental sampling, and other
activities pertaining to demolition, deconstruction, waste reduction and restoration. Projects
may also include emergency response to disasters causing either man-made or natural
destruction, such as hurricanes, floods, tornadoes, terrorist activities, etc. Contractors must
be capable of mobilizing equipment and personnel with very short notice within specified
time constraints. Prior Government contract experience is not required for receiving an
award under the planned solicitation. However, all performance must be in compliance with
the U.S. Army Corps of Engineers (USACE) Safety and Health Requirements Manual, EM
385-1-1 and must also comply with all Federal, State and local laws, ordinances, codes,
and regulations. Offerors may propose on this requirement as a sole contractor, prime
contractor with subcontractor(s), a joint venture, or a teaming arrangement. Offerors must
be able to perform multiple task orders simultaneously in various geographic locations within
the Mideast Region. Offerors must have the capability to develop and submit a site-specific
demolition work plan, storm water pollution prevention plan, quality control plan and safety
plan. The solicitation will include an actual seed task order at Ft Bragg. Potential vendors
are encouraged to participate in a site visit to Ft. Bragg. The Government will host a National
Demolition pre-proposal conference on or about 18 December 08 in Huntsville, Alabama.
Details for the site visit and pre-proposal conference will be announced in the RFP when it
is posted to the Federal Business Opportunities website. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=65f741ac78438393a34e31a28d951177&tab=core&_cview=0
Posted 11/24/08
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer
District, Huntsville, US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL
35807-4301
PUBLICATION DATE: November 26, 2008
ISSUE: FBO-2557


HAZARDOUS WASTE REMOVAL (PRESOL)
SOL VA-263-09-RP-0026 DUE 120508 POC: Brian Souter, Brian.Souter@va.gov . POP:
Minneapolis MN VAMC; St Cloud MN VAMC; 3 Clinics in Wisconsin; 11 Clinics throughout
Minnesota 55417. NAICS: 562112. The Department of Veterans Affairs, VA Healthcare
System intends to award a Firm Fixed Price contract to a qualified firm with the capability
and capacity to provide hazardous, dual, and universal waste disposal services, lab packs
and removal of non-hazardous chemical waste from from Minneapolis VA Medical Center,
St. Cloud VAMC, and CBOCs located within Minnesota and Wisconsin in accordance with
current federal, state and local regulations. Services shall include all labor, materials, tools,
equipment, analysis, travel, transportation, documentation, waste treatment, disposal and
support services required to categorize, package, transport, document and dispose of
hazardous, dual, and universal wastes from all above mentioned facilities. The Contractor
and the Contracting Officer's Technical Representative (COTR) from the from Minneapolis
VA Medical, St. Cloud VAMC, and CBOCs located within Minnesota and Wisconsin will
arrange for a routine (non-emergency) service for each facility based upon volume. This will
occur on a weekly, bi-weekly, quarterly or other periodic basis depending on rate of
generation. The successful offeror must possess the necessary technical expertise and
resources required by this solicitation in order to be considered for contract award. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=af7ec23ee589d93d9d6048935f3d63b3&tab=core&_cview=0
Posted 11/25/08
SPONSOR: Department of Veterans Affairs, Minneapolis VAMC, Department of Veterans
Affairs Medical Center, Department of Veterans Affairs;VA Midwest Health Care
System;Attention: Network Contract Manager;One Veterans Drive, Building 68;Minneapolis
MN 55417
PUBLICATION DATE: November 27, 2008
ISSUE: FBO-2558


HAZARDOUS MATERIAL LOGISTICAL SUPPORT (PRESOL)
SOL M0068109T0013 DUE 121008 POC: Captain Stephen Starr, 760-725-8451,
Stephen.starr@usmc.mil . NAICS: 493110. The Regional Contracting Office, Marine Corps
Installations-West (RCO-MCI-W), has a requirement to provide general warehousing
support aboard Marine Corps Base, Camp Pendleton, CA. The requirement is for a firm
fixed-price level of effort contract for a base period of nine months from 1 January 2009 to
30 September 2009 and one option period from 1 October 2009 to 30 September 2009.
This requirement is a 100% small business set aside under NAICS code 493110 "General
Warehousing and Storage"; with a size standard of $25.5 million. The government issued a
sources sought previously which identified the solicitation number as M00681-08-T-0145.
The new solicitation number is now M00681-09-T-0013.Types of material to be handled
during the performance of this contract are hazardous materials. The types of HM which will
be encountered include batteries; petroleum-oil-lubricants (POLs); adhesives; paint; and
commercial solvents and chemicals. No nuclear, biological, chemical weapons type HM,
industrial solvents and chemicals, or HM waste will be encountered during the performance
of this contract. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=fc758f654206557e5fd392c2348accac&tab=core&_cview=0
Posted 11/25/08
SPONSOR: Department of the Navy, United States Marine Corps, Marine Corps Base
Camp Pendleton - RCO, M00681 MARINE CORPS BASE CAMP PENDLETON - RCO
Oceanside, CA
PUBLICATION DATE: November 27, 2008
ISSUE: FBO-2558


STATISTICAL AND TECHNICAL SUPPORT FOR THE ASSESSMENT OF TOXIC
SUBSTANCES (PRESOL)
SOL PR-HQ-08-12896 DUE 120808 POC: Sharon D. Hargrove, Contract Specialist, (202)
564-4764, E-Mail: hargrove.sharon@epa.gov NAICS: 541620. The U.S. Environmental
Protection Agency (EPA), Office of Pollution Prevention and Toxics (OPPT) has a
requirement for statistical, mathematical, field data collection, and technical analysis support
and planning for OPPT programs. The period of performance will consist of a 12-month
base period, beginning on or about March 3, 2009, with four one-year option periods. The
North American Industry Classification System (NAICS) Code for this requirement is
541620. The solicitation will be posted on or about December 8, 2008. This will be a
full-and-open competitively awarded Request for Proposals (RFP). The RFP, amendments,
and other related items will be posted on the Internet and should be downloaded from the
Headquarters Division (Washington, DC) location at EPA's Web page at
http://www.epa.gov/oamhpod1/oppts_grp/0812896/index.htm
Interested companies must forward requests via email to hargrove.sharon@epa.gov
Hard copies of the RFP will not be mailed out. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=8d8e764a1b387fb10fdb0477f5967e66&tab=core&_cview=0
Posted 11/24/08
SPONSOR: Environmental Protection Agency, Office of Acquisition Management,
EPA/Headquarters, Bid and Proposal Room, Ariel Rios Building (3802R) 1200 Pennsylvania
Avenue, N.W. Washington, DC 20460
PUBLICATION DATE: November 26, 2008
ISSUE: FBO-2557


HAZMART OPERATION (MOD)
SOL HSCG38-09-R-800001 DUE 121208 POC: Gary S Woolard, (252) 334-5274, E-MAIL:
Gary.S.Woolard@uscg.mil ; Dorothy B Pelis, 252-384-7181, dorothy.j.pelis@uscg.mil POP:
United States Coast Guard, Aviation Logistics Center, Elizabeth City, North Carolina 27909.
NAICS: 561210. This is a combined synopsis/solicitation for commercial items prepared in
accordance with the format in Subpart 12.6 and supplemented with additional information
included in this notice from Subparts 13.5 and 15. This announcement constitutes the only
solicitation; proposals are being requested and a written solicitation will not be issued.
Solicitation number HSCG38-09-R-800001 is issued as a Request for Proposal (RFP).
This solicitation document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular (FAC) 2005-27. The North American Industry
Classification System (NAICS) Code is 561210 and the small business size standard is
$35.5 million dollars. This is a total Small Business Set-Aside. The Government intends to
award a Firm Fixed Price contract consisting of (one) twelve month base period and (two)
twelve month option periods for a total of thirty-six months for the Operation of the Aviation
Logistics Centerks Hazmart located aboard U.S.C.G. Support Center, Elizabeth City, North
Carolina. Related solicitation documents such as the PWS are attached to this solicitation.
All responsible sources may submit a solicitation. Interested parties may visit the site during
the open period of the solicitation. Arrangements for site visits may be facilitated by
contacting Gary Woolard, Contract Specialist at (252)334-5274 or gary.s.woolard@uscg.mil
Email requests are preferred. Dorothy Pelis, Contracting Officer should be copied on all
email requests for site visits at dorothy.j.pelis@uscg.mil
The remainder of this notice is available at the FBO site. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=0eded187490e2ce672a94703dbbf0174&tab=core&_cview=0
Posted 11/25/08
SPONSOR: Department of Homeland Security, United States Coast Guard (USCG),
Commanding Officer, USCG Aviation Logistics Center, HU25, HH65, H60J, C130, ESD,
IOD, ISD, CASA or ALD, Elizabeth City, NC 27909-5001
PUBLICATION DATE: November 27, 2008
ISSUE: FBO-2558

purple divider

http://www.clu-in.org/cbdcrnt.cfm
Page Last Modified: December 1, 2008