> FedBizOpps Notices for November 24-28, 2008
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
> FedBizOpps Notices for November 17-21, 2008
This update contains summaries of procurement and contract award notices issued between November 17-21, 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.
MULTIPLE AWARD REMEDIATION CONTRACTS (MARC)
IN THE NORTHWEST DIVISION OF THE CORPS OF
ENGINEERS (PRESOL)
SOL W912DW-09-R-0007 DUE 120108 POC: Bonilie Lackey,
206-764-4481. POP: US Army Engineer District, Seattle
ATTN: CENWS-CT, PO Box 3755 Seattle WA 98124-3755.
NAICS: 562910. This is not a solicitation announcement. This
is a potential Sources Sought Synopsis. The purpose of this
notice is to measure the interest and availability of other than
large business firms, including HUBZone, 8(a), Service
Disabled Veteran Owned Small Business (SDVOSB), Veteran
Owned Small Business (VOSB), Small Disadvantaged
Business (SDB), Women Owned Small Business (WOSB) or
other Small Business concerns. This type of contract is
intended for use on projects in both the Military and Civil
funded Hazardous, Toxic and Radiological Waste (HTRW)
Programs and other Environmental Programs managed by
the Seattle District. Examples of types of projects anticipated
include but are not limited to: screening, identification,
packaging and disposal of potentially hazardous waste;
removal, transport and disposal of hazardous and
non-hazardous debris; installation of security fencing,
signage, barricades, warning flagging, etc; temporary road
installation, road repair, site access preparation, etc; brushing,
clearing and grubbing; removal/disposal/replacement of
above ground and below ground storage tanks;
removal/disposal/replacement of buried and exposed piping;
removal/remediation/disposal of contaminated soils;
building/remediation/disposal of contaminated soils; site
restoration, seeding, replanting and revegetation; water
treatment systems to include installation, operation and
maintenance; in-situ soil treatment and stabilization
processes; air quality monitoring; asbestos, lead based paint
and radon abatement and mitigation; installation of water
wells, monitoring wells, sampling wells, etc; soil, water and air
sampling and analysis; Unexploded Ordnance (UXO)
avoidance capabilities and UXO construction support;
environmental facility/equipment upgrades; waste
minimization, and pollution prevention projects; habitat
restoration projects; preparation of management and health
and safety plans; incidental design associated with the above
activities; landfill capping; removal and/or replacement of
underground and aboveground storage tanks; demolition,
deconstruction, and waste reduction; and hazardous materials
assessment and abatement. Read the project description and
submit information for the following: 1. Relevant
Experience/Successful Completion of Multidisciplinary
Environmental Investigation and Environmental Remediation
Projects. a. Provide descriptions of at least five but no more
than eight Hazardous, Toxic and Radiological Waste (HTRW)
projects demonstrating relevant experience. The description
should be no longer than one page for each project submitted.
Relevant experience is defined as experience similar in
scope, cost and complexity in the following areas: (1)
Ordnance Removal (2) Tank Closures (3) Groundwater
Remediation Systems (4) Deconstruction and Waste Diversion (5) Soil Remediation b.
Examples of experience will also include description of your ability to work on multiple sites
simultaneously. c. Identify which projects were competitive and which were sole source. d.
Information shall include the percentage of the work performed by your firm, whether you
were the prime contractor or a subcontractor. e. Specific examples reflecting experience
with local, state, and federal regulations applicable to compliance with the Endangered
Species Act, Clean Water Act, protection of regulated wetlands, and waste handling
(including TSCA wastes) in Washington, Oregon, Idaho and Montana. 2. Bonding
Information: a. Provide the following, on the bonding companys letterhead: (1) Bonding
Limits (a) Single Bond (b) Aggregate b. Proof the contractor can provide bonding for the
maximum order for a single item of $5,000,000.00. c. Length of time the contractor has
been associated with the bonding company. d. Claims History and Outstanding Claims of
the Contractor. e. Surety to be used for Performance and Payment Bonds. f. Other
commitments that might interfere with performance of the contract. Please note that this
synopsis is for planning purposes only and does not constitute a solicitation for competitive
bids/proposals and is not to be construed as a commitment by the Corps. However, all
interested parties who believe they can meet the requirements are invited to submit, in
writing, complete information describing their interest and ability to meet all requirements
stated above. The information received as a result of this synopsis will be considered solely
for the purpose of determining the interest and availability of other than large business
firms, including HUBZone, 8(a), Service Disabled Veteran Owned Small Business
(SDVOSB), Veteran Owned Small Business (VOSB), Small Disadvantaged Business
(SDB), Women Owned Small Business (WOSB) or other Small Business concerns. The
NAICS code is 562910. The Small Business size standard is 500 employees. The Corps
does not intend to pay for any information provided under this sources sought synopsis. It
is anticipated that up to four Firm Fixed Price (FFP) contracts will be awarded in January
2009 or possibly sooner. All responses may be sent via e-mail to
bonilie.l.lackey@usace.army.mil or mailed to Contracting, U.S. Army Corps of Engineers,
Attention: Bonilie L. Lackey, P.O. Box 3755, Seattle, WA 98124. Fax Number: 206-764-
6819. Responses to this sources sought synopsis are due in the office by close of
business (COB) 1 December 2008. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=6539b1f01b406f87bc94d88df1a92318&tab=core&_cview=0
Posted 11/20/08
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer
District, Seattle, US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755,
Seattle, WA 98124-3755
PUBLICATION DATE: November 22, 2008
ISSUE: FBO-2553
HEADQUARTERS MARINE CORPS ENVIRONMENTAL CORE SUPPORT (SRCSGT)
SOL M0026409I0001 DUE 120508 POC: Jennifer L. Dubon, E-MAIL:
jennifer.dubon@usmc.mil NAICS: 541330. REQUEST FOR INFORMATION (RFI) U.S.
MARINE CORPS ENVIRONMENTAL CORE SUPPORT. This RFI is for planning purposes
only and is issued in accordance with FAR Clause 52.215-3. (a) The Government does not
intend to award a contract on the basis of this solicitation or to otherwise pay for the
information solicited except as an allowable cost under other contracts as provided in
subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b)
Although "proposal" and "offeror" are used in this Request for Information, your response
will be treated as information only. It shall not be used as a proposal. (c) This solicitation is
issued for the purpose of obtaining market information. No solicitation document exists at
this time. Issuance of this notice does not constitute any obligation on the part of the
Government to procure these items or to issue a solicitation. In addition, the Government is
under no obligation to pay for information submitted in response to this RFI, and response
to this notice cannot be accepted as an offer. 1. General The U. S. Marine Corps (USMC)
plans to solicit and award an indefinite delivery/ indefinite quantity (IDIQ) contract to obtain
technical and programmatic environmental management support for its Environmental
Management Program. These services shall consist of providing environmental
management support in areas such as environmental sustainability, environmental
compliance, Environmental Management Systems (EMS), natural and cultural resources
management, environmental fiscal resource management, environmental information
technology and systems, strategic risk communications, and environmental training and
education. The purpose of this contract is to allow the USMC flexibility and agility to
respond to the rapidly changing environment and to maximize readiness and sustainability
of Marine Corps training opportunities. 2. Draft Statement of Work Statement (SOW) In
order to describe our programmatic environmental support requirement and define our
acquisition strategy, we are publishing this RFI as part of market research to learn and
leverage best commercial practices. For project planning and information gathering, the
attached draft SOW and example task orders provide the current environment and the
types of labor, expertise, and tasks needed to support our mission. The USMC is seeking
a fully trained program management support team whose capability and quality meets
USMC standards as detailed in this SOW. The awardee must possess the ability execute
and manage multiple and varied tasks of the types described in the SOW within the field
of environmental and natural resources management. The USMC requires technical and
programmatic support for its Environmental Management Program. The USMC has several
long-term objectives to integrate environmental principles into everyday business practices.
For many years, the Government has provided contract arrangements to support this need.
This is a continuation of that effort. The USMC Environmental Management Program
objectives are designed to: a) Provide current, uniform environmental policy, guidance, and
direction USMC-wide (including OCONUS installations). b) Program, plan, budget, and
execute resources to meet environmental objectives. c) Attain and maintain environmental
compliance through comprehensive and systematic environmental management
approaches and Environmental Compliance Evaluations (ECEs). (Note: ECE services are
provided under a separate contract).d) Promote pollution prevention as the primary means
for achieving and maintaining environmental compliance. e) Support and implement
efficient environmental training and education at all levels and establish and maintain
effective communication and public outreach programs. f) Manage natural and cultural
resources to protect the ability of our installations to support training and defense
requirements. g) Perform environmental cleanup in a manner that is cost effective and best
protects the health and safety of installation personnel, the surrounding community, and the
environment. h) Seek continual improvement in all areas of environmental management
through the promotion, demonstration, and use of innovative technologies, tools and
practices.i) Provide Environmental Management System (EMS) support to organizational,
regional, and installation levels. 3. Information Needed All industry is invited to provide
comments on this RFI. Information obtained from this RFI will be used within the USMC
and will not be disclosed outside of the agency. With regards to the attached SOW, please
provide comments/answers to the following: a) Identify a point of contact of someone who
can address questions regarding the information you submit (Name, telephone, email, fax).
b) Suggestions, comments, ideas regarding this process and the task areas identified in
the draft SOW. We are particularly interested whether the identified task areas provide
sufficient detail and information for you to develop a thorough and well-informed proposal.
c)Provide, by task area, a capability statement that clearly supports how you would perform
the work in each task area, and provide examples of similar past work accomplished in
each task area, with annual and total dollar value. Also please provide appropriate past
performance references for each task area. d)If you are required to perform work in all task
areas, which could you perform without teaming with another company? To what extent
(dollar value and/or numbers of personnel)? Specifically, what is your maximum capacity
per order? Total of all concurrent orders? e)If you are not capable of performing work in all
task areas, how would you obtain the expertise needed to accomplish the work? Which
task areas would that be? f)Discuss your ability to execute task areas both CONUS or
OCONUS. Each task order under this contract will provide more details regarding the task
area and the location. g)Discuss what if any areas of the SOW you find vague or require
further clarification. 4. How to reply Firms interested and/or experts desiring to furnish
information should do so not later than 15 December 2008. Responses to this RFI should
not exceed twenty five (25) pages. Both email and mail submissions will be accepted.
Vendors should clearly mark any information that is proprietary. Please send email
responses to jennifer.dubon@usmc.mil. If you should have any questions, please send
those to this same email address. Mailed responses should be sent to: Ms. Jennifer
Dubon, Contracting Officer, Customer Liaison for Headquarters USMC, Regional
Contracting Office, NE Liaison Satellite Office (RCO-LSO), 2 Navy Annex, Room 1204,
Washington, DC 20380-1775. Fax number: (703) 614-9311. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=e52e067f17bd7ae7f22dbfc15c4f6ad4&tab=core&_cview=0
Posted 11/20/08
SPONSOR: Department of the Navy, United States Marine Corps, Marine Corps RCO -
Northeast Region/Quantico/National Capital Region, M00264 MARINE CORPS RCO -
NORTHEAST REGION/QUANTICO/NATIONAL CAPITAL REGION 2010
Henderson Rd Quantico, VA
PUBLICATION DATE: November 22, 2008
ISSUE: FBO-2553
HAZARDOUS MATERIAL (HM) MANAGEMENT SERVICES AND CONSOLIDATED HM
REUTILIZATION AND INVENTORY MANAGEMENT PROGRAM (CHRIMP) SUPPORT
(PRESOL)
SOL N0018909R0001 DUE 121508 POC: Jennifer Roesner, 757-443-1691. NAICS:
561210. The Government intends to negotiate an Indefinite Delivery Indefinite Quantity
type contract with Firm Fixed Price and Labor Hour pricing provisions for a Third Party
Logistics (3PL) Provider that requires a single contractor to perform Hazardous Material
(HM) management services and Consolidated HM Reutilization and Inventory Management
Program (CHRIMP) support to the Fleet and Industrial Supply Center Norfolk, Hazardous
Material Program Office, at the following regional locations: (a) Naval Air Station Patuxent
River, MD and the outlying installations of Webster Field and Solomon Island, MD; (b) Navy
Support Activity Dahlgren, VA; and (c) Naval Air Facility Andrews Air Force Base, MD. It is
anticipated that after contract start-up, additional sites will be added to the requirement. The
contractor shall provide all personnel, HM material, supervision, and other items or services
necessary to perform the requirements in accordance with the tasks described in the
Performance Work Statement (PWS). Other specific responsibilities associated with this
instant requirement shall include: conduct operations based on the Navy CHRIMP
Standard Operating Procedures; staff, manage and operate a Regional CHRIMP Center
at NAS Pax River; and manage various levels of HM inventory at each installation in
accordance with the PWS. This requirement is a follow-on effort with a revised PWS and
scope to contracts N00421-03-D-0001 (incumbent contractor is HazTrain, Inc.) and
N00140-05-C-0035 (incumbent contractor is Analytical Services, Inc.). The resulting
contract will be for a one-year base period with two one-year option periods thereafter. In
accordance with Federal Acquisition Regulation Subpart 19.5 Set Asides for Small
Business, this requirement will be issued as a 100% small business set-aside. The size
standard is $35.5M and the applicable NAICS Code is 561210. A complete RFP package
will be available in November 2008 by downloading the documen! ts at the NECO Website
as follows: http://www.neco.navy.mil or at http://www.fedbizopps.go v. Please note there is
no draft solicitation posted at this time. Potential contractors are hereby notified that the
solicitation and subsequent amendments to the solicitation will ONLY be available for
download at the above sites; this office will no longer issue hard copy solicitations. By
submitting an offer, the vendor is self-certifying that neither the requestor nor the principal
corporate officials and owners are currently suspended, debarred or otherwise ineligible to
receive contracts from any Federal Agency. NO SOLICITATION EXISTS AT THIS TIME.
The Contracting Officer reserves the right to conduct verbal or written discussions with
respect to other than price with the offerors at anytime prior to award. The prospective
awardees must be registered in the CCR database prior to award, during performance,
and through final payment of any contract resulting from this solicitation, except for awards
to foreign vendors for work to be performed outside the United States. Lack of registration
in the CCR database will make a contractor ineligible for award. Contractors may obtain
information on registration and annual confirmation requirements by calling-1-888-227-2423
or via the Internet at http://www.ccr.gov. The NECO website has a "submit bid" button next
to the solicitation number. DO NOT use the "submit bid" button on NECO to submit your
proposal for the upcoming solicitation. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=57106791237ef9f767dfd6a77ff54209&tab=core&_cview=0
Posted 11/17/08
SPONSOR: Department of the Navy, Naval Supply Systems Command, FISC NORFOLK
ACQUISITION GROUP, N00189 FISC NORFOLK VA 1968 Gilbert Street, Suite 600
NORFOLK, VA
PUBLICATION DATE: November 19, 2008
ISSUE: FBO-2550
ICBM EMERGENCY RESPONSE SUPPORT SERVICES (SRCSGT)
SOL FA820409RAAER DUE 120508 POC: Liz S Miller, 801-775-2275, E-MAIL:
elizabeth.miller@hill.af.mil ; Kevin E Slone, 801-586-4939, kevin.slone@hill.af.mil POP:
Various possible places of performance, United States. NAICS: 541990. Market Research
is being conducted to seek qualified contractors other than Lincoln Environmental Services,
currently performing on Hill AFB contract FA8204-04-C-0020, with the skills and knowledge
required to complete this effort. A forthcoming acquisition is for Intercontinental Ballistic
Missile (ICBM) Group Emergency Response (ER) Program for the 526 ICBM Systems
Group at Hill AFB, Utah. ER consists of Planning, Exercises, response, recovery,
remediation, decontamination, and disposal of liquid and solid propulsion rocket
propellants and equipment and associated ground support equipment. This includes
incidents and accidents in support of the 526th ICBM Group. These objectives include
support of both training exercises and actual incidents. Exercises will be conducted up to 4
times per year, schedule allowing. Response objectives are: (1) response to Hill AFB UT
ICBM Alert Center within 2-hour time frame after notification and; (2) on-site support at
various locations, including remote locations with adverse weather conditions. These
objectives require qualified and experienced personnel during all operations. Equipment
must interface with existing Air Force breathing air and communication equipment.
Recovery objectives are: (1) light and heavy recovery and transportation of Minuteman III
(MMIII), Solid Liquid Rocket Motors and/or damaged equipment and vehicles, possibly
contaminated with Diesel Fuel, MonoMethylHydrazine (MMH) and/or Nitrogen Tetroxide
(NTO). Recovery sites may include over-the-road in the following states: UT, NM, AZ CO,
NV, WY, ID, ND, MT, and CA. (2) Recovery operations may also include in-silo support at
one of three missile bases. Weight lifting/recovery capacities will range from 800 pounds to
140,000 pounds. Remediation objectives are remediation of spilled MMH, NTO, and Diesel
Fuel on contaminated equipment, contaminated facilities, and affected environments at
remote and non-remote sites using contractor owned Personal Protective Equipment.
Personnel responding to site must be Level A certified and company will be required to
have level A suits and equipment that is compatible with Air Force Personal Protective
Equipment. PPE shall be compatible with Con-Space hard line communication system,
hard line breathing air, internal Rose Fall Protection. Level A site evaluation must also be
completed with SCBA type system. Decontamination objectives are: decontamination in
remote and non-remote areas with extreme hot and cold temperatures. Decontamination
of ER personnel, accident site, affected equipment, environment, and related areas are
required. Disposal objectives are: transportation and disposal of MMH, NTO, and Diesel
Fuel recovered at remote and non-remote sites. Management Objectives are: (1)
participation in Working Group meetings, exercise planning meetings, level 3 meetings,
tabletop exercises, and real exercises, (2) Ability to make on-the-spot local purchases of
ER Supplies as necessary to support field operations, (3) Support of all real world incidents
and/or accidents as requested by the ICBM Group. Must be able to be part of National
Incident Management System. The Air Force is in the process of preparing a justification
and approval document to gain the required approval to issue a sole-source request for
proposal to LES. This effort will include labor, travel/subsistence and material to support
Hill AFB, HQ AFSPC, and missile operating locations at various other locations. Technical
services will include: These systems contain explosives, carcinogenic, toxic, and
hypergolic propellants requiring specialized hazardous material response capabilities. The
anticipated services will augment existing Air Force capabilities. Anticipated minimum
capabilities include: (1) response to Hill AFB ICBM Alert Center within 2-hour time frame
after notification and; (2) 2-hour equipment and personnel capability and response to ICBM
Alert Ctr on Hill AFB UT 24 hours a day/365 days a year; (3) Light and heavy vehicle/
hazardous load recovery capabilities; (4) on-site support at various locations and points
between: UT, NV, AZ, CO, NM, WY, ID, ND, MT, and CA; (5) Includes ability to provide
emergency response in adverse weather conditions, such as extreme cold and hot
temperatures These objectives require qualified and experienced personnel during all
operations; (6) Equipment must interface with existing Air Force breathing air and
communication equipment; (7) Permit for multi-state transport of hazardous cargo;
(8) Ability to interface company equipment and capabilities with that of the Air Force to
minimize recovery process variability; (9) MMH and NTO compatible Level A and Level B
hazardous material protective equipment; (10) Personnel Level A and Level B certification
during all phases of operation in accordance with OSHA; (11) Disposal License for
hazardous material; (12) Capability to properly decontaminate personnel and equipment;
(13) Ability to support 4 emergency response training exercises a year and all real world
incidents of one to seven day durations at the following locations and points between UT,
NV, AZ, CO, NM, WY, ID, ND, MT, and CA; (14) Corporate infrastructure that supports
continuous operation and viable financial and accounting practices, consistent with current
industry business practices; (15) Purchasing Department; (16) Ability to provide
incident/accident and financial reports; (17) Support planning and development meetings
at identified locations as directed by the Air Force;. The proposed contract action is for
supplies and services for which the government intends to solicit and negotiate with only
one, or a limited number of sources under the authority of FAR 6.302. This sources sought
synopsis is for information and budget planning only and does not constitute a solicitation,
nor is it to be construed as a commitment by the Government. The Government will not pay
for any effort expended in responding to this notice. Potential offerors may identify their
interest and capability by responding to this requirement and submitting two (2) copies of
an unclassified response (limited to 30 pages) within 15 days of this publication to 6014
Dogwood Ave Bldg 1258 rm 26., Hill AFB, UT 84056-5816, Attn: Elizabeth Miller or to
Elizabeth.miller@hill.af.mil. Information received will be normally considered solely for the
purpose of determining whether to conduct a competitive procurement. Although this
procurement involves certifications, permits, and specialized training, small business firms
interested in subcontracting opportunities should contact with the firm listed. Requests for
further information regarding this announcement should be directed to the Contracting
Officer. No telephone or FAX requests. Only written requests received directly from the
requestor are acceptable. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=fa51aa48eb4241396f1a9f8162f54a49&tab=core&_cview=0
Posted 11/21/08
SPONSOR: Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC,
OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, UT 84056
PUBLICATION DATE: November 23, 2008
ISSUE: FBO-2554
RESOURCE CONSERVATION AND RECOVERY ACT (RCRA) PROGRAM SUPPORT
TO UMATILLA CHEMICAL DEPOT (UMCD. (PRESOL)
SOL W911SR-09-R-0002 DUE 122208 POC: Brenda Aleman, 410-436-4499. POP:
Umatilla Chemical Depot (UMCD) Bldg. 11 South Street Hermiston OR 97838-9544.
NAICS: 541620. The Edgewood Contracting Division of the Research Development
Engineering Command (RDECOM) Contracting Center intends to solicit for Resource
Conservation and Recovery Act (RCRA) Program Support to Umatilla Chemical Depot on
a Total Small Business Set-Aside basis. The contractor shall provide personnel, services,
facilities, supplies, equipment and material necessary to perform the required services in
accordance with the requirements of the Scope of Work (SOW). The objective of this
SOW is to provide environmental engineering services to the Environmental Division, to
assure compliance with requirements promulgated under federal, state, and Army
regulations for the RCRA and Toxic Substances Control Act (TSCA) closures of chemical
agent and non-chemical agent Hazardous Waste Management Unite (HWMU) managed
by the UMCD Permit for the Storage of Hazardous Waste. The Government anticipates
award of a Firm-Fixed-Price contract with an initial ten (10) month period of performance
with four (4) one (1)-year Options. The Solicitation for Environmental Engineering Services
will be published on or about 20 November 2008. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=b12dfba5eebb317b2787398b2407cd34&tab=core&_cview=0
Posted 11/17/08
SPONSOR: Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition
Center - Edgewood, RDECOM Acquisition Center - Edgewood, ATTN: AMSSB-ACC-E,
5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424
PUBLICATION DATE: November 19, 2008
ISSUE: FBO-2550
LAB ANALYTICAL SUPPORT SERVICES (PRESOL)
SOL FA8101-09-R-0003 DUE 021809 POC: Andy Gore, (405)739-3363, E-MAIL:
andrew.gore@tinker.af.mil ; Meredith M Gentry, (405) 739-4170,
meredith.gentry@tinker.af.mil POP: Tinker AFB, OK 73145. NAICS: 541380. The
contractor shall perform analytical analysis in support of various analytical requirements at
Tinker Air Force Base, including, but not limited to Routine Water and Wastewater Studies,
Drinking Water Analysis, Ground Water and Stream Analysis, Soil, Solid Waste, and
Sludge Analysis, Hazardous Waste Analysis, Radioactive Material Analysis, and Air
Containment Analysis in accordance with the Performance Work Statement. Period of
Performance is 1-Basic Year and four 1-year options to begin approximately 1 Apr 2009. A
Service Contract is contemplated. This requirement is a 100% set-aside for Small Business
Concerns. The Request for Proposal (RFP), FA8101-09-R-0003 will be issued
electronically. The approximate issue date of the solicitation is 20 Jan 2009 and
approximate response date for bids is 18 Feb 2009. Central Contractor Registration is
required to receive any award. Contractors can register electronically at http://www.ccr.gov
ORCA registration is also required and contractors can register electronically at
https://orca.bpn.gov. Electronic procedures will be used for this solicitation. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=80ab8f29551c2d87f787b7fef60ce204&tab=core&_cview=0
Posted 11/21/08
SPONSOR: Department of the Air Force, Air Force Materiel Command, Tinker AFB - 72d
Contracting Sq, 72 CONS, 7858 5th Street Ste 1, Tinker AFB, OK 73145-9106
PUBLICATION DATE: November 23, 2008
ISSUE: FBO-2554
PROPOSED INDEFINITE DELIVERY TYPE ARCHITECT-ENGINEER CONTRACT FOR
HYDRAULIC AND HYDROLOGIC AND ENVIRONMENTAL ENGINEERING DESIGN
SERVICES. (PRESOL)
SOL W9127N09R0009 DUE 050109 POC: Trevor Laughter, 503-808-4613. POP: Portland
District, US Army Corps of Engineers Contracting Division (CENWP-CT_, P.O. Box 2946
Portland OR 97208-2946. NAICS: 541330. 1. CONTRACT INFORMATION. Hydraulic,
hydrologic, and environmental engineering design services are required to support the U.S.
Army Corps of Engineers, Portland District mission. An architect-engineer (A-E) indefinite
delivery contract will be awarded under this solicitation. The contract shall be for a base
period of one year at $2,000,000. The contract shall contain the option of four additional
periods of one year, at $2,000,000 each. An option period may be exercised at the
discretion of the Government before expiration of the previous period. The maximum of
each task order will not exceed the annual contract amount. The estimated start date is
April 2009. The contract will be available for use by other USACE elements. This
announcement is open to all businesses regardless of size. If a large business is selected
for this contract, it must comply with FAR 52.21909. Subcontracting goals for this contract
are a minimum of 50.0% of the proposed subcontracting amount be placed with small
businesses (SB), including small disadvantaged business (SDB) 6.2%, small women-
owned businesses 7.0%, HUBZone small businesses 9.8%, Veteran Owned small
businesses 3.0%, and Service Disabled Veteran owned small business 0.9%. The wages
and benefits of service employees (see FAR 22.10) performing under this contract must
be at least equal to those determined by the Department of Labor under the Service
Contract Act, as determined relative to the employees office location (not the location of
the work). To be eligible for contract award, a firm must be registered in the DoD Central
Contract Registry (CCR). Register via the CCR Internet site at http://www.ccr.gov or by
contacting the CCR Help Line at 1-888-227-2423. 2. PROJECT INFORMATION. Typical
services to be provided will include a wide range of engineering and technical studies in the
water resources civil works field. The A-E will be expected to perform all levels of hydraulic
design and analysis of fish passage facilities related to juvenile and adult passage on the
Columbia and Willamette Rivers; hydraulic design and analysis for spillways, outlet works,
power facilities, canals, navigation locks, high and low velocity channels, hydraulic portions
of dam safety studies, and on-site investigation and analysis related to civil works projects.
Additional services anticipated include, but are not limited to: on-site investigations and
analyses related to civil works projects; assessment of site conditions relevant to coastal
project performance and design; design of water quality sampling needs; modeling and
evaluation of water quality information; ground surveys of channel and overbank cross
sections of streams; analysis of hydrologic processes including precipitation, runoff, water
supply forecast, etc.; collection and analysis of sediment transport and bed materials
samples; preparation of study, technical and value engineering reports; preparation of
contract plans and specifications; design of navigation channels and harbor and coastal
improvements; analysis of sediment transport in rivers, streams, lakes, estuaries and in
coastal areas; development of sediment yield estimates for volcanic or mountains
watersheds; development of design values for wave height determination to include fetch
length, and wind speed and duration; determination of applicable wave climate for a coastal
site; calculation of wave forces, wave overtopping, and wave transmission; preparation of
Water Control Manuals for civil works projects; statistical analyses of hydrological data to
produce pertinent statistical relationships as specifically needed; and the performance of
hydraulic analysis of channels using 1-dimensional and 2-dimensional analyses for steady
and unsteady flow situations and 3-D modeling in dam forebay and tailrace environments.
Preparation of design documents, on-site investigation and analysis related to civil works
projects are included. A-E must have capability to perform physical and numerical modeling
of hydraulic features of projects are well as develop and execute prototype data collection
activities including hydro-acoustic surveys and water quality sampling. Numerical modeling
includes development and/or modification of 1-D, 2-D, and 3-D numerical models; display
and documentation of results using visualization software. Selected firms must be able to
produce drawings, data sheets, reports, etc., in electronic format compatible with Portland
District software capability; MicroStation DGN format, ArcView/ArcInfo GIS format (ArcInfo
export files), and MicroSoft Office and SEDQUAL database. Metadata will be provided with
all geo-referenced data files. Capability of developing and maintaining new Regional Data
Base Management System (RDBMS) based data models for storing temporal and
geospatial water resources data as well as develop software tools that work with those
data. In all of the services covered by this contract, the contractor may be asked to work
with the Portland District Data Systems Integration Team (DSIT) to ensure proper data
management of information utilized and generated as part of the task orders.
Environmental engineering capabilities must include, but are not limited to characterization
design, data collection and reporting, following guidance of current regional (Dredge
Material Evaluation Framework DMEF) and national (Ocean, Inland and Upland) manuals
developed to implement the Clean Water Act (CWA) and Marine Protection, Research and
Sanctuaries Act (MPRSA). Characterization may include physical, chemical, and biological
methods such as bathymetric and benthic surveys, bioassay and bioaccumulation methods.
Sampling methods will include various surface grab and coring methods such as Sediment
Profile Imaging (SPI), box core, gravity core and vibra coring devices, in both deep and
shallow water bodies. The selected firm is expected to be familiar with future climate
scenarios and the Global Climate Models (GCMs) that are contained in the Fourth
Assessment Report of the Intergovernmental Panel on Climate Change (IPCC) released in
2007. The Contractor should have the capability to incorporate climate change scenarios
into risk informed decision making. Services that may be requested are taking outputs from
GCMs and running them through regional and local distributed hydrologic models (as
opposed to lumped-sum model techniques) to produce new hydrographs. Selected firm
should have familiarity with shared vision modeling concepts. 3. SELECTION CRITERIA.
Department of Defense regulations with regard to selection of A-E firms is based on the
professional and technical qualifications necessary for the performance of the required
services rather than competitive bidding procedures. Selection criteria for this project will
be based on the following, listed in descending order of importance (first by major criterion
and then by each sub-criterion). Criteria a i are primary, criteria j k are secondary, used
only as tie breakers among technically equal firms. a. Specialized Experience.
Demonstrated specialized experience and technical competence in hydraulic, hydrologic
and environmental engineering design utilizing state of the art methodology in the areas
of structural, fluvial and dam hydraulics; hydrology, river engineering, sedimentation,
sediment physical, chemical, and biological characterization; channel morphology, coastal
engineering and reservoir systems analysis in the Pacific Northwest Region. Experience
must have been performed within the last three years. (1) Hydraulic design of migrant fish
facilities (juvenile and adult), high and low head dam facilities, navigation facilities. (2)
Performance of physical hydraulic model and prototype testing studies. Performance of
physical costal models and wave flume studies. (3) Development of numerical (1-D, 2-D
and 3-D) models of hydraulic, coastal and riverine structures; water quality modeling of
reservoirs and rivers, and estuarine modeling. Utilization of model results to channel
restoration projects in natural open channel river systems (i.e. relating habitat to
conveyance); extrapolation of numerical model water quality parameters, bed material,
sedimentation; 3-D modeling of estuarine environments. (4) Procurement and interpretation
of hydro-survey data obtained from stilling basins, streams, and waterway channels for
model development and condition assessment. (5) Performance of Acoustic Doppler
Current Profiler (ADCP) and Acoustic Doppler Velocimeter (ADV) data collection,
processing and interpretation of river velocities and flows around structures. (6)
Meterorologic analyses, data collection, precipitation, storms and evapotranspiration; wind
setup and wave run-up. (7) Statistical and probability analyses, discharge, precipitation,
risk and uncertainty evaluations; hypothetical storm development, period-of-record
evaluations, ungaged basin evaluations, rainfall runoff analyses, Probable Maximum
Precipitation (PMP), snowmelt, hydrographs, spillway design hydrograph development. (8)
Channel design, channel morphology, ecosystem restoration/channel restoration, process
based channel design, bank protection, riprap sizing, river training structures (groins, pile
dikes, etc.). (9) Water resources planning and development, reservoir analyses, flood
control, conservation, flood warning systems, system analyses, flood warning systems,
system analyses, ESA flow issues, real-time operational studies (runoff, flood, etc.), and
real-time reservoir management for flood control. (10) Sediment and water characterization
(physical, chemical, and biological) of ocean and fresh water systems. (11) NELAP/NELAC
validated laboratory for WA/Sediment samples. (12) Familiarity with future climate
scenarios and GCMs as specified in the IPCC AR4. Familiarity with working with spatially
distributed hydrologic modeling systems that are able to take outputs from GCMs. b.
Software Proficiency. The Contractor must demonstrate the following in regards to software
programs: (1) The ability to build, develop and execute CFD models using Star CD and
other CFD programs. (2) Capability to develop grids using grid generation software such
as Grid Gen or ICEM-CFD and to present results in visualization software such as TechPlot.
(3) Documentation and visualization of numerical and/or physical model results and
conclusions using TechPlot or similar graphics program, GIS and CADD programs. (4)
Demonstrated capability to use the following (or similar) programs: * River Engineering and
Hydrologic Programs: HEC-HMS, HEC-GeoHMS, HEC-RAS, HEC-UNET, HEC-FFA,
HEC-6, HEC-FDA, HEC-ResSim, DSSVue, and SMS * Water Quality Programs:
CE-Qual-W2 (COE 2D reservoir/river model), WESTEX (COE 1D reservoir temperature
model), QUAL2E (EPA 1D, steady state river model), HEC5Q (COE 1D reservoir/river
model) MIKE11 (DHI 1D dynamic river model), * System Operation and Data Analysis
Programs: HEC-5 (HEC-RSS), HEC-ResSim, HEC-DSS, HEC-4, HEC-FFA; and * Coastal
Engineering Programs: ADCIRC, STWAVE, CGWAVE. c. Professional Qualifications.
Evaluation of professional qualifications of personnel to be assigned to the project will
consider education, training, registration, and longevity of relevant experience. Personnel
provided for these services must be professional engineers with experience in hydraulic
design projects. The following disciplines will be evaluated: (1) Project Manager (2)
Hydraulic Engineer (3) Biologist (4) Hydrologist/Hydrologic Engineer (5) Coastal Engineer
(6) CADD (7) GIS Analyst (8) Toxicologist (9) Environmental Engineer d. Physical Model
Capability. Evaluation shall consider physical model facilities and model data collection
equipment and capabilities. e. CADD/GIS Capability. The ability to meet CADD and GIS
requirements specified in paragraph 2, above. f. Design Quality Assurance. (1) Description
of quality control processes used by the firm. (2) Description of management approach firm
would use on this contract if successful offeror. Should address coordination of disciplines
and subcontractors, and include organizational chart showing inter-relationship of
management and design team components. g. Past Performance. Past performance of
contracts with government agencies and private industry with respect to cost control,
quality of work, and compliance with performance schedules within the last seven years.
h. Capacity. The capacity to perform multiple task orders concurrently in the required time,
flexibility to add resources when required, and strength of project management to include
communications, project tracking, and issue resolution will be clearly documented. i.
Knowledge of the Locality. The Contractor must demonstrate knowledge of having
performed hydraulic modeling and prototype testing studies for design of migrant fish
facilities, high head dam facilities, and navigation facilities within the Oregon and
Southwestern Washington areas, primarily in the Columbia and Willamette Rivers. The
Contractor shall demonstrate knowledge of Pacific Northwest Meteorology (climate and
weather), quarter quality, geography, and geology as they affect hydrologic, geomorphic,
and design parameters for water resource evaluation and design. j. Small Business
Participation. In the event of a tie, the extent of participation of small business, small
disadvantaged businesses, women-owned small businesses, historically black colleges
and universities, and minority institutions, veteran owned small businesses, and service
disabled veteran owned small businesses in the proposed contract team will be considered.
This information shall be clearly presented in the submittal. k. Volume of DOD Work. In the
event of a tie, the volume of DOD contract awards within the last 12 months will be
evaluated. 5. SUBMISSION REQUIREMENTS. A-E firms which meet the requirements
described in this announcement are invited to submit one copy of Part I and Part II of the
SF 330 (6/2004) for the prime and all consultants, to the below address not later than
close of business on the 30th day after the date of this announcement. If the 30th day is a
Saturday, Sunday or Federal Holiday, the deadline is the close of business of the next
business day. Address for submission is USACE Portland District, Attn: CENWP-CT-C,
333 SW First Avenue, Portland, OR 97204-3495. This procurement is open to both large
and small businesses. The small business size standard for this procurement and NAICS
code (541330) is a firm with average annual sales or receipts, including all affiliates, for
the preceding three years not in excess of $4.5 million. Technical questions should be
directed to Bob Buchholz (503) 808-4870. Administrative questions should be directed to
Kathleen Seitz (503) 808-4628. This is not a request for proposal. Solicitation packages
are not provided. Reference W9127N-09-R-0009. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=6a9c7095d47ff557cb64a83ff8f1def4&tab=core&_cview=0
Posted 11/21/08
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer
District, Portland, Portland District, US Army Corps of Engineers, Contracting Division
(CENWP-CT_, P.O. Box 2946, Portland, OR 97208-2946
PUBLICATION DATE: November 23, 2008
ISSUE: FBO-2554
MOLD REMEDIATION & ROOFING (AWARD)
SOL HSCG82-08-R-3WCA32 POC: Lesia K Moyer, 305-278-6725, E-MAIL:
Lesia.K.Moyer@uscg.mil ; Berta M Gomez, 305-278-6722, berta.c.gomez@uscg.mil CNT
HSCG82-08-C-3WCA32 AMT $460,506 DTD 062308 To: The Gee Cee Company of LA,
Inc., 5552 Grand Bayou Dr., New Orleans, LA 70129-1006. NAICS: 236220.
CONTRACT AWARD CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=3f8db411d3c897d36019a5deb3dab77c&tab=core&_cview=0
Posted 11/17/08
SPONSOR: Department of Homeland Security, United States Coast Guard (USCG),
Commanding Officer, USCG Civil Engineering Unit Miami, 15608 SW 117th Avenue, Miami,
FL 33177-1630
PUBLICATION DATE: November 19, 2008
ISSUE: FBO-2550
> FedBizOpps Notices for November 10-14, 2008
This update contains summaries of procurement and contract award notices issued between November 10-14, 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.
SCIENTIFIC, ENGINEERING, RESPONSE & ANALYTICAL
SERVICES CONTRACT (SERAS) (SRCSGT)
SOL PR-HQ-08-13330 DUE 120108 POC: Claudia M.
Armstrong, Placement Contracting Officer, 202-564-6679,
E-Mail: armstrong.claudia@epa.gov; Sandra Rivera, Contract
Specialist, 202-564-1054, E-Mail: rivera.sandra@epa.gov
NAICS: 541620. SERAS SOURCES SOUGHT NOTICE This
is NOT a solicitation announcement. This is a Sources Sought
Notice only. The purpose of this sources sought synopsis is to
gain knowledge of potential qualified sources and their size
classifications (Service Disabled Veteran-Owned, Veteran-
Owned Small Business, Women-Owned Small Business,
HubZone 8(a), 8(a), HubZone, Small Business, Emerging
Small Business, Small Disadvantage Business (SDB), and
Large Business). Responses to this sources sought notice
shall not constitute responses to solicitation, which is not
currently available. As stipulated in FAR 15.201, responses to
this notice are not considered offers and cannot be accepted
by the Government to form a binding contract. No solicitation
exists; therefore, do not request a copy of the solicitation.
The decision to solicit for a contract shall be solely the
Government's discretion. This sources sought notice is not to
be construed as a commitment by the Government, nor will
the Government pay for the information submitted in response.
Respondents will not be notified of the results of any
government assessments. The information received will be
utilized to assist in formulating the strategy for competitive
procurements. BACKGROUND: The intent of this notice is
1) to gather industry, especially small business (including
8(a), HUBZone, small disadvantaged business, service
disabled veteran-owned small business and women-owned
small business) input on EPA's ERT follow-on Scientific,
Engineering, Response & Analytical Services Contract
(SERAS) contract, previous known as the Response,
Engineering & Analytical Contract (REAC). The current
REAC contract (EP-C-04-032) will expire on May 31, 2008.
The U.S EPA?s Environmental Response Team (ERT)
provides scientific and engineering services in support of the
Office of Solid Waste and Emergency Response (OSWER),
EPA Regional On-Scene Coordinators (OSCs), Remedial
Project Managers (RPMs) and other Agency groups.
Technical support shall include on site work at Edison, NJ;
Research Triangle Park, NC and Las Vegas, NV; as well as
site-specific work throughout the United States of America,
and at various international sites as specified by the individual
work assignments. The SERAS contract will support EPA's
ERT East located in Edison, NJ, the Environmental Response
Team West, in Las Vegas, NV and small satellite offices
located in Cincinnati, OH, Erlanger, KY, and Research
Triangle Park, NC. DESCRIPTION See the description to this
sources sought at EPA's website, at
http://www.epa.gov/oam/srpod/index.htm
under the Scientific, Engineering, Response & Analytical
Services Contract (SERAS) link. CAPABILITY STATEMENT:
To maximize the potential opportunity for small business
participation in the acquisition, the government is seeking input from the small business
community regarding their interest and capability in performing some or all of the tasks
reflected in the draft PWS. The Government requests demonstration of capability by
interested parties through submittal of a brief capability statement. The government will
evaluate the qualification of interested parties based on their response regarding capability
per the draft PWS. All capability statements should: 1. Not exceed and will be restricted up
to ten (10) pages. 2. Shall be electronically submitted to the email address below.3. Include
small business classification(s): (small business, 8(a), HUBZone, Small Disadvantaged
business, Small Disadvantaged Veteran Owned business, and Women Owned business)
in your submission. 4. List references and experience in conducting similar projects for the
past 3 years. The Government intends to consider all comments and the responsive
qualification packages when developing its final acquisition strategy and resulting RFP(s).
The North American Industry Classification Standard (NAICS) code for this requirement is
#541620 - Environmental Consulting Services, which comprises establishments primarily
engaged in providing advice and assistance to businesses and other organizations on
environmental issues, such as the control of environmental contamination from pollutants,
toxic substances, and hazardous materials. These establishments identify problems (e.g.,
inspect buildings for hazardous materials), measure and evaluate risks, and recommend
solutions. They employ a multidisciplined staff of scientists, engineers, and other
technicians with expertise in areas, such as air and water quality, asbestos contamination,
remediation, and environmental law. The synopsis, amendments and other information
related to this sources sought as well as any subsequent procurement notifications will be
posted on FedBizOpps and EPA's website, at http://www.epa.gov/oam/srpod/index.htm
under the "Scientific, Engineering, Response & Analytical Services Contract (SERAS)" link.
All interested parties should check these sites frequently for updates. All information related
to this procurement will be available at this link through the date of any award. CONTACT
INFORMATION Please submit all Capability Statements by 4:00 P.M. EST on December
1, 2008 via email to: Claudia Armstrong, Contracting Officer at amstrong.claudia@epa.gov
Sandr a Rivera, Contract Specialist at rivera.sandra@epa.govMichael Barton, Contract
Specialist at barton.michael@epa.gov NO FAXES, MAIL OR PHONE CALLS WILL BE
ACCEPTED CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=f3fb950e6dcc1672311dde9317ea6763&tab=core&_cview=0
Posted 11/13/08
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 15, 2008
ISSUE: FBO-2546
ENVIRONMENTAL MANAGEMENT AND REMEDIATION CONTRACT FOR UNITED
STATES ARMY CORP OF ENGINEERS (USACE) UNITED STATES CAPITOL
COMPLEX AND SURROUNDING MILITARY INSTALLATIONS ASBESTOS
MANAGEMENT AND CAPITAL IMPROVEMENT PROGRAM (MOD)
SOL W912DR09R0007 DUE 121808 POC: Lydia Hill, 202-730-3791,
lydia.a.hill@usace.army.mil . POP: US Army Corps of Engineers, Baltimore 10 South
Howard Street, Baltimore MD 21203. NAICS: 562910. The FBO announcement is hereby
modified to correct the size standard from $14,000,000.00 to 500 employees. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=d0918bd55c034fb9f2a4b2534a82b31b&tab=core&_cview=0
Posted 11/10/08
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, U.S. Army Corps of
Engineers, Baltimore, US Army Corps of Engineers, Baltimore, 10 South Howard Street,
Baltimore, MD 21203
PUBLICATION DATE: November 12, 2008
ISSUE: FBO-2543
AFCEE ECOS09 (MOD)
SOL FA8903-09-R-8374 POC: Sheri A. Brassfield, 210-536-4492, E-MAIL:
sheri.brassfield@brooks.af.mil; Yvonne Y. Camarce, 210-536-5773,
yvonne.camarce@brooks.af.mil POP: World-wide with an emphasis on CONUS. NAICS:
562910. The Acquisition and Contracting Division (AFCEE/AC), Brooks City-Base Texas,
in support of the Air Force Center for Engineering and the Environment (AFCEE) is
conducting an acquisition for the Environmental, Construction and Operations & Services
2009 (ECOS09) program. This is a source selection for environmental, construction and
operations and services at sites located primarily on DoD (mostly Air Force) installations
worldwide with an emphasis on CONUS, for which AFCEE customers have responsibility.
ECOS09 is 100% small business set-aside. Posted 13 November 2008: REVISED
ANTICIPATED RELEASE OF THE ECOS09 RFP DATE IS HEREBY CHANGED TO 01
DECEMBER 2008. The Government anticipates releasing the RFP on or about 01
December 2008. The RFP will be issued via FedBizOpps and posted on the AFCEE
ECOS09 website, located at https://www.afceeprivweb.brooks.af.mil/pkv/ecos09/default.asp
All contractors interested in receiving information on this acquisition are encouraged to
register with the FedBizOpps website as well as the AFCEE ECOS09 website. Note: Only
small business firms can register on the ECOS09 website as interested primes. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=af10ee2cd897693994879b2fafc3044f&tab=core&_cview=0
Posted 11/13/08
SPONSOR: Department of the Air Force, Air Force Materiel Command, HQ AFCEE - AF
Center for Engineering and the Enviroment, HQ AFCEE/AC, 3300 Sidney Brooks, Brooks
City-Base, TX 78235-5112
PUBLICATION DATE: November 15, 2008
ISSUE: FBO-2546
HAZARDOUS MATERIAL (HM) MANAGEMENT SERVICES AND CONSOLIDATED
HM REUTILIZATION AND INVENTORY MANAGEMENT PROGRAM (CHRIMP)
SUPPORT (MOD)
SOL N0017109RC001 DUE 121508 POC: Jennifer Roesner, 757-443-1691. NAICS:
561210 THIS MODIFICATION NOTICE HEREBY DIRECTS ALL INTERESTED
VENDORS TO SOLICITATION NUMBER N00189-09-R-0001 FOR FURTHER
INFORMATION CONCERNING THE SUBJECT REQUIREMENT. PLEASE NOTE,
THE SOLICITATION WILL BE POSTED UNDER N00189-09-R-0001. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=acdd43f85a269296aebd748444dff1a1&tab=core&_cview=0
Posted 11/13/08
SPONSOR: Department of the Navy, Naval Supply Systems Command, FISC Norfolk
Acquisition Group, N00189 FISC Norfolk VA
PUBLICATION DATE: November 15, 2008
ISSUE: FBO-2546
> FedBizOpps Notices for November 3-7, 2008
This update contains summaries of procurement and contract award notices issued between November 3-7, 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.
ENVIRONMENTAL MANAGEMENT AND REMEDIATION
CONTRACT FOR UNITED STATES ARMY CORP OF
ENGINEERS (USACE) UNITED STATES CAPITOL
COMPLEX AND SURROUNDING MILITARY
INSTALLATIONS ASBESTOS MANAGEMENT AND
CAPITAL IMPROVEMENT PROGRAM (PRESOL)
SOL W912DR09R0007 DUE 121808 POC: Lydia Hill,
202-730-3791. POP: US Army Corps of Engineers, Baltimore
10 South Howard Street, Baltimore MD 21203. NAICS:
562910. This proposed procurement is unrestricted NAICS is
562910 with a size standard of $14,000,000.00 federal supply
class/Service Code is F999. This procurement is being
advertised as a Request for Proposal (RFP) this requires
separate technical and cost proposals to be evaluated based
on Best Value for award of the project. Competitive proposals
will be evaluated based on the evaluation criteria set forth in
the solicitation package. In order to reduce the possibility of
error and to increase the quality of our service to you, all
deliveries, packages, etc. must include the name of the
contract specialist; the solicitation number and deliveries of
more than one box or container must be bound together by
tape or other means. The Contractor shall provide hazardous
material remediation, construction oversight and management
services to the United States Army Corp of Engineers
(USACE) United States Capitol Complex and Surrounding
Military Installations Asbestos Management and Capital
Improvement Program. The Contractor shall furnish all
personnel, materials, and equipment/facilities necessary to
conduct investigations, oversee and assist in the coordination
of subcontractors and USACE abatement contractors, provide
administrative support and conduct remedial and removal
designs and provide remedial action services, as needed. All
work shall be accomplished within North Atlantic Division
Mission Area, and shall comply with all applicable federal/
state/local laws, regulations, and guidance. Work to be
accomplished under this contract shall be issued by the
Government to the performing contractor in task orders.
Requirements will be delineated in the individual task order
scopes of work. Task orders will be issued on a lump sum plus
8% fixed fee basis. Large Business Firms are required to
submit a subcontracting plan with their proposals. The Small
Business subcontracting goal for this procurement is 70.0% for
small business 6.2% of small disadvantaged business 7.0%
for women-owned small business 9.8% for HUBZone Small
Business 3.0% for Veteran-owned small business and 0.9%
for service-disabled veteran-owned small business. The
solicitation will be provided in an electronic format, free of
charge on or about 18 November 2008 proposals will be due
on or about 18 December 2008 to all authenticated account
holders of Federal Business Opportunities (FBO) System. All
responsible sources may submit a proposal which shall be
considered by the agency. All questions shall be submitted
via e-mail to Lydia.a.hill@usace.army.mil. Proposal shall be
submitted via mail to U.S. Army Corps of Engineers,
Contracting Division, 10 South Howard Street, Room 7000,
Baltimore, MD 21201-2530 To familiarize vendors with the
newly released FBO system, please download the Vendor
Guide. Please note that all Corps of Engineers acquisitions
are considered Sensitive, but Unclassified Documents, and
require users to have a valid MPIN entered in the FBO
system to access packages. The media through which the
Government chooses to issue this solicitation will be the
Internet only. This solicitation will not be issued in paper.
No phone or fax request for copy of solicitation will be
accepted. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=5bfdc8665fea727aa6af30d704f8a4b7&tab=core&_cview=0
Posted 11/03/08
SPONSOR: Department of the Army, U.S. Army Corps of
Engineers, U.S. Army Corps of Engineers, Baltimore, US
Army Corps of Engineers, Baltimore, 10 South Howard Street,
Baltimore, MD 21203
PUBLICATION DATE: November 5, 2008
ISSUE: FBO-2536
OPERATION AND MAINTENANCE OF BULLET TRAPS AT MARINE CORPS BASE
CAMP LEJEUNE AND MARINE CORPS AIR STATION NEW RIVER, JACKSONVILLE,
NORTH CAROLINA (PRESOL)
SOL N4008509Q5303 POC: Rachel Ashton (910) 451-2582 x 5238. NAICS: 561990. This
is not a request for either a quote or proposal. The intent of this pre-solicitation synopsis is
to notify potential offerors of the upcoming Request for Quotations (RFQ) for Operation and
Maintenance of Bullet Traps at Marine Corps Base Camp Lejeune and Marine Corps Air
Station New River, Jacksonville, North Carolina. The Contractor shall provide all material,
labor, equipment and supervision to perform weekly operation and maintenance of bullet
traps on-site during normal working hours. Normal working hours are Monday through
Friday excluding federal holidays between the hours of 7:30 am to 4:30 pm. The Contractor
will visit each site weekly during normal working hours. The weekly work to be performed
by the Contractor includes modifications, repairs, and/or other related tasks to the existing
systems. The Contractor shall perform system modifications, system repairs such as
deflectors, deceleration chambers, painting and other tasks such as dry lead cleanup, wet
lead cleanup and canister inspections identified by the Contracting Officer, which can be
accomplished within normal working hours. Prior to disposal, the contractor must certify
and verify that all material removed from bullet traps is inert. All applicable storage,
transportation, and disposal requirements of Federal, State, DoD, and local hazardous
waste statutes, regulations, directives and orders must be strictly adhered to when
executing this task. The Contractor shall respond within 24 hours to any maintenance
issues that require immediate attention, or that is generated from the weekly site visit. All
work shall be accomplished with adequate internal controls and review procedures to
eliminate conflicts, errors, and omissions. Types of bullet traps include, but are not limited
to, traps that utilize rubber berm, traps that utilize a screw conveyor system to collect the
bullets and empty them into a container, and traps that utilize lead collection buckets for
each lane in a range. Specifications for the type of bullet traps and work involved will be
provided in the solicitation. If work is determined by the Contracting Officer to be beyond
the scope of the firm fixed price (FFP) portion of this contract, it will be issued under the
indefinite delivery, indefinite quantity (IDIQ) schedule. Labor, material and equipment
required for this work will be based on the Schedule of Indefinite Quantity Work Exhibit Line
Items (ELIN). The final price will be negotiated by the parties. The Contractor shall contact
the Facilities Service Contracts Manager (FSCM) prior to conducting work aboard the
installation. The Contractor is also responsible for obtaining permission and clearance from
the appropriate installation security personnel to enter and perform the required fieldwork.
The contractor shall comply with all installation security rules and regulations. The
Contractor and its affiliated subcontractor(s) shall not make any public disclosures
regarding their work and performance under the subject contract. All information gathered
or generated relative to this project is the property of the United States Government and
shall not be released by the Contractor. All requests for information shall be directed to the
Contracting Officer. The Government intends to award a Firm Fixed Price/Indefinite Quantity
type contract with a base period of one year plus four option years. The total term of the
contract, including all options, will not exceed 60 months. The Contractor may be required
to continue performance for an additional period up to six (6) months under the "Option to
Extend Services" clause. In either case, the Government will not synopsize the options
when exercised. The NAICS Code for this requirement is 561990 All Other Support
Services, and the small business size standard is $7.0 million. This procurement will be a
100% set-aside for small businesses. Proposals will be evaluated based on price. Offerors
can view and/or download the solicitation at www.neco.navy.mil and www.fedbizopps.gov
Contractors are encouraged to register for the solicitation when downloading from the Navy
Electronic Commerce Online website. Only registered contractors will be notified by E-mail
when amendments to the solicitation are issued. The solicitation will be available on or
about 13 November 2008. The estimated date for receipt of proposals is on or about 1
December 2008. This solicitation is available in electronic format only. All documents will
be in the Adobe Acrobat PDF file format via the Internet. The free Acrobat Reader, required
to view the PDF files, can be downloaded from the Adobe website. Please direct questions
to Rachel Ashton at (910) 451-2582, ext 5238, or rachel.a.ashton@navy.mil. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=820b56aea32176375e8391d4ca3be832&tab=core&_cview=0
Posted 11/03/08
SPONSOR: N40085 NAVFAC MID-ATLANTIC, ROICC CAMP LEJEUNE Naval Facilities
Engineering Command, Mid-Atlantic 1005 Michael Road Room 20 Camp Lejeune, NC
PUBLICATION DATE: November 5, 2008
ISSUE: FBO-2536
TECHNICAL SUPPORT FOR WATERSHED DATABASES (PRESOL)
SOL AB133C-09-RP-0004A POC: Sharon S. Kent, (206) 526-6035, E-MAIL:
sharon.s.kent@noaa.gov NAICS: 541990. NOTE: This notice was previously advertised as
a Sources Sought citing No. AB133C-09-RP-0004. This notice serves as an intent to
procure technical support to NOAA, Office of Response & Restoration (ORR), through the
Assessment and Restoration Division (ARD), on an as-needed basis. The objective of this
contract is to support the maintenance, application, and development of NOAA's
environmental databases, which serve as a repository for environmental sediment
chemistry, tissue residue chemistry, and sediment toxicity data. These databases have
three general applications: 1) to serve as an integral component of NOAA's Watershed
Database and Mapping Projects, 2) to support site-specific investigations, including
evaluations of risk or injury to NOAA resources, derivation of cleanup goals, and
evaluations of remedial alternatives at hazardous waste sites or spills, and 3) to provide
the foundation for conducting specialized analyses, such as exploring innovative
approaches for the evaluation of sediment chemistry and toxicity data and developing new
guidelines for screening sediments in support of risk assessments. The goal of NOAA's
Watershed Database and Mapping Projects is to collect, summarize, and graphically
display the available information on sources of contamination, sediment chemistry,
observed biological effects, contaminants in biological tissue, habitat and natural resource
information, and information on potential habitat restoration projects for key watersheds of
interest to NOAA. These databases share a common relational database structure, which
includes surface and subsurface sediment chemistry, tissue chemistry, and sediment toxicity
data. The Contractor shall develop tools, procedures, and forms for reporting, record
keeping, and program management. In general, the Contractor shall be responsible for
performing the following tasks: Task A: Management of watershed databases The
Contractor shall maintain and manage multiple large relational databases in Microsoft
Visual FoxPro in support of this task. In support of NOAA's approximately 15-20 watershed
database and mapping projects, new data must be added to these databases at frequent
intervals, often with rapid turnaround time required. The new data may originate in a variety
of electronic formats, which must be translated and imported into the watershed database
structure. The contractor shall be responsible for 1) conducting a high level of QA/QC
review on each new data set to make certain that the imported data match the original data
provided and to identify potential problems (e.g., missing values, inconsistent units, or
outliers) with the original data and 2) developing documentation for each dataset (e.g.,
project source, analytic methods, coordinate data projection and datum, and other critical
data elements, as well as detailed records on changes and data treatment decisions). The
contractor shall also be required to 3) develop or refine automated systems for importing
and checking data added to the existing databases, which are maintained in Microsoft
Visual FoxPro format. Because each of the approximately 20 watershed databases has
the identical relational database structure, the contractor shall be responsible for 4)
maintaining consistency of the common dictionary files as an essential aspect of the
database management. The contractor will need to 5) develop or assist in developing
database programs and procedures to query the database for a variety of uses, including
tabular and graphical presentations, and create output in specific formats for export to
mapping programs, such as ArcGIS. Task B: Database queries and specialized analyses.
The contractor shall 1) develop database queries and reports to meet a variety of objectives
relating to the watershed databases, site- or regional-specific investigations, or specialized
analyses such as the evaluation of the relationship of sediment chemistry to sediment
toxicity. This will require the contractor to 2) generate of a wide variety of specialized
queries and data outputs, often with little advance notice. Most of these queries and
analyses will be conducted on NOAA/ARD standard watershed databases, but analyses
of external environmental databases in a variety of structures and formats will be required.
The contractor shall also conduct statistical analyses, such as the determination of
significant difference between toxicity test samples and control or reference samples. Task
C: Development of database tools and applications NOAA's ARD worked with EPA's Great
Lakes National Program Office (GLNPO) and EPA Region 1 on a database project to make
it easier for external users to put data into the relational database structure compatible with
the Query Manager application. As part of this ongoing project, NOAA developed
automated tools to both import data from pre-defined data templates and to conduct quality
assurance checks on imported data. To support this activity, the Contractor shall continue
development of this application, which includes a variety of screens, forms, and queries
using Microsoft Access. The Contractor shall also provide maintenance and potential future
development of this system, including linking of the imported data to the FoxPro watershed
database. Water chemistry data associated with ecological exposures to hazardous
substance sites is not currently managed in Query Manager. The Contractor may need to
develop a parallel structure for managing water data, manage the data, and conduct queries
for ecological assessment, remediation, and restoration. Natural resource damage
assessments spill response data has not previously been tracked or managed in Query
Manager. The Contractor shall be required to develop a consistent approach for sample
tracking, including chain of custody information, developing electronic field sample data
collection forms, developing electronic data deliverables (EDD) for laboratory analyses,
developing methods for automating import of lab EDDs and associated field data into
standard structures compatible with Query Manager, developing a structure for managing
and providing data in a form to facilitate electronic data validation. Task D: Database
application and data management training The Contractor shall 1) provide training in the
use of both existing and newly developed data tools, templates, and data translation
applications. The contractor shall 2) conduct general or project-specific database training.
Experience : NOAA is seeking firms with experience in the development and management
of large environmental databases that include sediment chemistry, tissue chemistry, and
sediment toxicity data. Key personnel shall have a minimum of 5 years experience
managing, designing, and developing environmental databases and database applications
using (1) Microsoft FoxPro or Microsoft Visual FoxPro and (2) Microsoft Access.
Technician(s) shall have a minimum 3 years technical experience in Microsoft
FoxPro/Microsoft Visual FoxPro and Microsoft Access and a minimum 3 years experience
with contaminant and waste site data, including environmental sediment chemistry, tissue
contaminant-residue chemistry, and environmental contaminant toxicity data. All tasks
require a high level of documented environmental database management expertise and
programming experience in both Microsoft FoxPro (and/or Microsoft Visual FoxPro) and
Microsoft Access. This work may be performed from any location in the continental United
States, but the Contractor will be required to meet technical staff in Seattle (WA) on a
periodic basis (e.g., 3-4 times / year). Training of regional staff in coastal EPA regional
offices, including the Great Lakes, in the use of the database tools may also be required.
The environmental data included in the watershed databases will originate from studies
conducted primarily in coastal areas of the United States, territories, and protectorates. It is
anticipated that a firm-fixed price, labor hour or time-and-material task order IDIQ type
contract will be awarded with a base 12-month period and four one-year option periods. The
North American Industry Classification Code (NAICS) is 541990 with a size standard of
$7 M. All contractors doing business with the Government are now required to be registered
with the Central Contractor Registry (CCR). No award can be made unless the vendor is
registered in CCR. For additional information and to register in CCR please access the
following web site: http://www.ccr.gov/. In addition, completion of the online representation
and certifications application (ORCA) is required. A Request for Proposal (RFP) solicitation
will be available on or about November 24, 2008, through this website. No paper copies of
the solicitation will be issued. It is incumbent upon interested parties to register at the
solicitation's site for notification and to review the site frequently for any updates/
amendments to any and all documents. Technical questions regarding this solicitation
should be emailed to Sharon.S.Kent@noaa.gov. This procurement is 100% HubZone
Set-Aside. All responsible, responsive sources may submit an offer which will be
considered by the Agency. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=4719afa04ba720ddd98b8536e38138bd&tab=core&_cview=0
Posted 11/07/08
SPONSOR: Department of Commerce, National Oceanic and Atmospheric Administration
(NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle,
WA 98115-6349
PUBLICATION DATE: November 9, 2008
ISSUE: FBO-2540
SOURCES SOUGHT: ENFORCEMENT AND TECHNICAL SUPPORT FOR EPA'S
OFFICE OF CIVIL ENFORCEMENT (PRESOL)
SOL RFQ-DC-09-00026 DUE 120808 POC: Michael Gilham, Purchasing Agent, (202)
564-6090. NAICS Code: 541620. The US Environmental Protection Agency, Office of
Acquisition Management (EPA/OAM) is conducting market research for informational
purposes only to identify potential small business sources (including 8(a), veteran-owned,
service-disabled veteran-owned, HUBZone,disadvantaged, and woman-owned small
business concerns) with the capacity and technical capability necessary to perform
successfully under the requirement described herein. The subject requirement provides
technical, analytical, and enforcement support for EPA's Office of Enforcement and
Compliance Assurance (OECA), Office of Civil Enforcement (OCE). OCE is charged with
implementing the Agency Regulatory Enforcement Programs. Under these authorities,
OCE is responsible for the development, litigation, and settlement of administrative and
civil judicial cases against violators of various environmental laws. The purpose of this
requirement is to assist OCE in the following work areas: enforcement program
implementation; enforcement case support leading to litigation, compliance monitoring
facilities inspections, laboratory support, and specialized activities; program and
management analysis, program development, information management, outreach and
pollution prevention; and records management. These services are currently provided by
incumbents SAIC and Eastern Research Group (ERG) under EPA contracts EP-W-04-046
and EP-W-04-047, respectively. Notwithstanding the Government's option to exercise term
extensions, the current contracts are scheduled to expire on September 30, 2009. The
resultant contract for the discussed requirement will contain a Limitation of Future
Contracting (LOFC) clause; stipulating that: During the life of the contract, and for a period
of five (5) years after the completion of the contract, unless prior written approval is
obtained from the cognizant EPA Contracting Officer, the Contractor shall not enter into a
contract: (1) with owners or operators of facilities that may be impacted by enforcement
and compliance activities performed under a Work Assignment, of the resulting contract,
as regulated parties under the Clean Water Act (CWA); Safe Drinking Water Act (SDWA);
Marine Protection, Research and Sanctuary Act (MPRSA); Clean Air Act (CAA); Resource
Conservation and Recovery Act (RCRA); Oil Pollution Act (OPA); Pollution Prevention Act
(PPA); Federal Insecticide, Fungicide and Rodenticide Act (FIFRA); Superfund
Reauthorization and Amendments Act (SARA); Toxic Substance Control Act (TSCA);
Federal Facility Compliance Act (FFCA); National Environmental Policy Act (NEPA);
Emergency Planning and Right-to-Know Act (EPCRA); Comprehensive Environmental
Response, Compensation and Liability Act (CERCLA); Asbestos Hazard Emergency
Response Act (AHERA); and Mercury-Containing and Rechargeable Battery Management
Act (Battery Act); or (2) to act as a consultant to any such regulated parties that may be
impacted by enforcement and compliance activities performed under Work Assignment, of
the resulting contract. The proposed acquisition is estimated at approximately 270,000
hours, including all options. The Government anticipates awarding two, five year,
cost-reimbursement type contracts, for 60% and 40% of the total hours, in accordance
with FAR Part 15: "Contracting by Negotiation Procedures." The North American Industry
Classification System (NAICS) code for this procurement is 541620. The small business
size standard for this NAICS category is $7.0 million in annual receipts (or income) as
defined under13 CFR 121.104. This is not a request for technical or cost proposals. This
is a sources sought notice for written information only. The purpose of this notice is to invite
interested small business concerns to submit a brief capability statement, delineating a
business approach for meeting the requirements in the draft Statement of Work (SOW).
The Government does not intend to award a contract on the basis of this notice or
reimburse the costs incurred by potential offerors in providing the information requested
herein. Capability statements must address technical competencies, and management/
personnel experience relative to: (1) the key task areas in the draft SOW; and (2) the overall
business demands of the proposed acquisition for the best mix of cost, performance, and
schedules. In addition, capability statements should address the concern's capacity to
manage the anticipated volume of work under this requirement. Finally, general financial
and organizational information should be provided with regard to the following items: (1)
average number of employees of the concern; (2) average annual receipts based on the
last three fiscal years; (3) a description of other current business commitments (i.e.,
contracts, etc.); and (4) a description of the concern's accounting system for estimating
and accumulating costs under cost-reimbursement contracts-and whether or not such
system(s) have been audited and/or approved by any Government agency. Interested
parties should provide a concise capability statement, limiting the response to no more
than 15 pages. Capability statements should respond to all items requested herein to allow
for an accurate business assessment. Standard brochures and paraphrasing of the SOW
will not be considered as a sufficient response to this notice. Feedback and/or evaluation
information will not be provided to any firm regarding their individual capability statements.
Telephone calls and/or requests for a solicitation will be not be accepted or acknowledged.
All responses should be sent via the e-mail link below. The deadline for submitting
capability statements is Monday, December 8, 2008 at 3:00 PM EST. The draft statement
of work is at http://www.epa.gov/oamhpod1/admin_placement/0910330/index.htm
Interested parties should monitor this page for any changes to this requirement. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=cc6ccb48b2ddaacfb90ccedd8e4aeac6&tab=core&_cview=0
Posted 11/07/08
SPONSOR: Environmental Protection Agency, Office of Acquisition Management,
EPA/Headquarters, Environmental Protection Agency, Administrative Contract Service
Center, 1200 Pennsylvania Avenue, NW, Washington, DC 20460
PUBLICATION DATE: November 9, 2008
ISSUE: FBO-2540
SYNOPSIS FOR ENVIRONMENTAL REMEDIATION SERVICE CONTRACT(S) - SMALL
BUSINESS SET ASIDE (PRESOL)
SOL W912DQ-09-R-3000 POC: Jack L Peterson, 816-389-3830. POP: US Army Engineer
District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas
City MO 64106-2896. NAICS: 562910. The exception for Environmental Remediation
Services under NAICS code 562910 applies to this action; therefore, the Small Business
size standard is 500 employees. The USACE intends to award up to three (3) site specific
Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for environmental investigation and
remediation projects at the Kansas Army Ammunition Plant (Note: KSAAP is a Department
of Defense (DoD) Base Realignment and Closure (BRAC 05) site.) These contract(s) will
be awarded using a best value, informal source selection evaluation process in accordance
with FAR Part 15. The RFP solicitation will be published on or about 24 Nov 08, with a
target date for contractor selection in mid to late January 2009. This solicitation will be
issued as a small business set-aside under NAICS Code 562910. The Joint Total
Acquisition Value (JTAV) of these contracts is $9.5 million. The minimum guaranteed
amount for award is $10,000.00. These contract(s) will have a five (5) year base period and
one (1) five (5) year option period in accordance with DFARS 217.204, revision dated 15
December 2004. Task Orders issued under these contract(s) will be fixed price. The
Government reserves the right to compete each task order among the selected contractor(s)
using either a best value or low price evaluation which will be determined on a case by case
basis for each task order. There are no limits on the amount of task orders except for the
JTAV. The period of performance for any task order will not exceed five (5) years and any
task order period for performance will not extend more than one (1) year beyond the ten
(10) year ordering period. Description of Work: Environmental remediation services to be
accomplished using these contracts include, but are not limited to: Preparing and attaining
regulatory approval of feasibility studies, engineering evaluation/cost analysis reports,
proposed plans, records of decisions, action memoranda or their RCRA counterparts,
sampling and analysis reports, remedial designs, work plans, remedial action reports and
environmental monitoring reports; Performing environmental sampling and analysis for
groundwater, surface water, soils, sediments and air; Aboveground/underground storage
tank closures and removal; Excavation, removal, manifesting, transportation and disposal
of all types of hazardous waste in addition to asbestos, and lead and/or PCB
(polychlorinated biphenyl)-containing paints and coatings; multi-media chemical sampling,
sample management, and chemical analysis and quality control for a wide variety of
compounds; demolition and debris removal and disposal; transformer removal and
disposal, including disposal of PCB-contaminated soils; environmental audits; drilling and
sampling to obtain geotechnical and chemical data; installation of temporary facilities,
permanent installations, and site restorations, to support above activities; survey and
mapping; installing and operating various remedial technologies both ex-situ and in-situ;
traditional and innovative methods for source control and remedial action, such as the
following: in-situ treatment, on-site source control/containment; excavation; on-site
treatment of contaminated soils, sediments or water; and transportation and treatment and
/or disposal to off-site facilities; performing vapor intrusion studies; installation, development,
redevelopment, maintenance, repair, replacement and abandonment of groundwater
monitoring, extraction, and reinjection wells; performing long term monitoring (LTM)/long
term operation (LTO) of environmental remediation systems; operation of groundwater and
surface water treatment facilities including optimization of treatment facility, field monitoring
of wells, system monitoring of the facility, maintenance, repair, and incidental construction
support; preparing five year reviews of response actions; drafting, engineering drawings,
and GIS capabilities; decontamination, demolition, debris removal and disposal of explosive
contaminated buildings and structures; decontamination, demolition, debris removal and
disposal of asbestos and lead base paint contaminated buildings and structures; site
management including, but not limited to, protection of human health and the environment,
site security, site maintenance, disposal of investigation derived wastes, installation of
fencing, and provision of warning signs; developing, installing and maintaining engineering
and institutional controls; engineering-related services, such as environmental audits,
surveying, and drafting, will be incidental in nature and required only to the extent necessary
to support removal action activities and to develop brief project work plans. Proposal
Evaluation Process: Proposals will be evaluated based on the factors outlined in the RFP
solicitation (to be published on or about 24 Nov 2008) using best value, informal source
selection procedures in accordance with FAR Part 15. Technical factors will include, but
are not limited to, company experience and past performance. Additionally, in accordance
with the BRAC requirements found in DFARS 226.7102, consideration will be given to local,
small and small disadvantaged 8(a) companies as part of the evaluation process. Cost
realism and reasonableness will also be evaluated. Offerors will be required to submit both
technical and cost proposals. No pre-proposal conference will be held. Additional
Information: The RFP solicitation will be published on or about 24 Nov 2008 and will be
available by Internet access only. Hard copies, CDs, DVDs and/or any other media will not
be available or provided. All solicitation documents and amendments will be posted to the
Federal Business Opportunities website at www.fbo.gov. Prospective offerors must register
their firm on this website in order to download the solicitation, amendments, plan holders list
and other additional information. No telephone calls or faxes for solicitation information
requests will be accepted. Prospective offerors should check the website frequently for
changes to the solicitation and posting of amendments. Prior to submitting proposal,
prospective offerors must be actively registered in the Central Contractor Registration
(CCR) system, including creation of an MPIN number. Registration instructions may be
obtained. The CCR web page address is www.ccr.gov. For registration assistance, call the
Contractor Registration Assistance Center at 1-888-227-2423 or email at ccr@dlis.dla.mil
By submission of a proposal, a contractor acknowledges the requirement to be registered
in the CCR database prior to award; during performance; and through final payment of any
contract resulting from the solicitation, reference DFARS clause 252.204-7004. Prior to
submission of a proposal, a new Federal Integrated Acquisition Environment (IAE) initiative
called Online Representations and Certifications Application (ORCA) must also be
completed, per FAR Case 2002-024, which became effective on 01 January 2005. ORCA
is a web-based system that centralizes and standardizes the collection, storage, and
viewing of many of the representations and certifications required by the Federal Acquisition
Regulations and previously found in solicitations. Detailed information can be found in FAR
Case, as well as by visiting the Help section of the website at http://orca.bpn.gov. The help
section includes ORCA background information, frequently asked questions (FAQ), the
ORCA Handbook, and whom to call for assistance. The USACE technical point of contact
is Ms. Kathy Baker at (816) 389-3906, kathy.t.baker@usace.army.mil. The USACE
contractual point of contact is Mr. Jack Peterson at (816) 389-3830,
jack.l.peterson@usace.army.mil. For additional contracting opportunities, visit the Army
Single Face to Industry web site at https://acquisition.army.mil/asfi/. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=85eb0eaf99ecc6841480481aa8e5b293&tab=core&_cview=0
Posted 11/07/08
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer
District, Kansas City, US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700
Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
PUBLICATION DATE: November 9, 2008
ISSUE: FBO-2540
SOURCES SOUGHT NOTICE FOR ENVIRONMENTAL SERVICES - MULTIPLE AWARD
ENVIRONMENTAL SERVICES CONTRACT (MAES) (SRCSGT)
SOL W912DR-09-S-0001 DUE 120508 POC: Peter G. Zizos, 410-962-5611. POP: US
Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD 21203.
NAICS: 562910. This is a Sources Sought Announcement. This is not a request for
proposal, quotation or bid. It is only a planning document. The US Army Corps of
Engineers desires to identify 8(a), Hubzone certified, service disabled veteran owned small
business contractors, and other small business contractors capable of providing the
following services: a wide range of investigations including remedial/response and removals
for Hazardous and Toxic contaminated waste sites. Although not the primary focus of this
potential contract, work may include ancillary Ordnance and/or Radioactive materials and
subsequently the remediation of munitions response sites and radiological sites. The
Baltimore District is seeking qualified contractors who have experience with the above
referenced activities. Interested firms shall submit a narrative demonstrating their
experience in these areas. The narrative shall not exceed 6 pages (11 font minimum).
Tables, charts, graphs, etc. will count towards the 6 page count total (smaller font is allowed
for these items, but the text must be legible). This includes the possession of an adequate
accounting system. All data received in response to this Sources Sought Notice marked or
designated as corporate or proprietary information will be fully protected from release
outside the government. No reimbursement will be made for any costs associated with
providing information in response to this announcement or any follow-up information
requests. No telephone calls will be accepted requesting a bid package or solicitation.
There is no bid package or solicitation. In order to protect the procurement integrity of any
future procurement, if any, that may arise from this announcement, information regarding
the technical point of contact will not be given and no appointments for presentations will
be made. Please email your questions to the US Army Corps of Engineers office at:
peter.g.zizos@usace.army.mil CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=d6bf661276b7018fcc3da01ab3f2ccad&tab=core&_cview=0
Posted 11/07/08
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, U.S. Army Corps of
Engineers, Baltimore, US Army Corps of Engineers, Baltimore, 10 South Howard Street,
Baltimore, MD 21203
PUBLICATION DATE: November 9, 2008
ISSUE: FBO-2540
IDIQ CONTRACT FOR MULTIMEDIA ENVIRONMENTAL COMPLIANCE ENGINEERING
SUPPORT FOR MIDWEST, NORTHWEST AND SOUTHWEST CONUS. (PRESOL)
SOL N6247008R1013 DUE 120408 POC: Jill H. Krekel, Contracts Specialist, 757-322-
4150; Roger Marce, roger.marce@navy.mil NAICS: 541330. ALL INFORMATION
NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330,
ARCHITECT ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO
SEPARATE RFP PACKAGE TO DOWNLOAD. A complete synopsis is attached on the
FBO site for download. This UNRESTRICTED procurement is for a Firm-Fixed Priced
(FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) type contract for Architect-Engineer or
Engineering Services for Multimedia Environmental Compliance Engineering Support.
This support includes preparation of studies, plans, specifications, design, reports, cost
estimates and all associated engineering services in support of the Navy and other DOD
installations various Environmental Compliance programs, including Clean Air Act (CAA)
Compliance, Safe Drinking Water Act (SDWA) Compliance, Stormwater Pollution
Prevention Plans and Clean Water Act Compliance Studies, Wastewater Plans and
Compliance Studies, Laboratory Services, Petroleum Storage Tank (PST), Oil Spill
Preparedness and Planning, Waste Management, Environmental Condition of Property
Programs, Pesticide Management, Radon and Related Products, and Sustainability
Services. The NAICS code for this contract is 541330, Engineering Services. Size
Standard is $4!.5M. The geographic area covered by this contract encompasses
Continental United States (CONUS) and Outside Continental United States (OCONUS)
locations at Navy and other DOD installations within the Naval Facilities Engineering
Command Atlantic (NAVFAC Atlantic) corporate Area of Responsibility (AOR). The
principal geographical regions encompassed by this contract primarily include Midwest,
Southwest, and Northwest CONUS and some overseas locations. Work predominately in
the following states: Alaska, Arizona, Idaho, Illinois, Indiana, Louisiana, Minnesota,
Mississippi, Montana, New Mexico, Nevada, Ohio, Oregon, Southern California,
Tennessee, Texas, Utah and Washington. Also included but to a lesser extent Hawaii
and Fareast OCONUS locations such as Diego Garcia, Guam, Japan and Marianas as
needed. The IDIQ contract term shall be for a base period of one (1) year, beginning at
date of award, and shall contain four (4) one-year option periods. The minimum guarantee
under this contract is $10,000.00, and the maximum ceiling for this contract is
$75,000,000.00. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=ecd74fe14373ab0e806f0698d8939755&tab=core&_cview=0
Posted 11/04/08
SPONSOR: Department of the Navy, Naval Facilities Engineering Command, NAVFAC
Atlantic, N62470 NAVFAC ATLANTIC Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
PUBLICATION DATE: November 6, 2008
ISSUE: FBO-2537
INDEFINITE QUANTITY CONTRACT FOR A/E SERVICES FOR MULTIMEDIA
ENVIRONMENTAL COMPLIANCE ENGINEERING SUPPORT FOR NAVY
INSTALLATIONS NORTHEAST, SOUTHEAST, AND MID-ATLANTIC CONUS AND
OCONUS (PRESOL)
SOL N6247008R1014 DUE 120408 POC: Jill H. Krekel, Contracts Specialist 757-322-4150;
Roger Marce, roger.marce@navy.mil NAICS: 541330. ALL INFORMATION NEEDED FOR
INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT
ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE RFP
PACKAGE TO DOWNLOAD. A complete synopsis is available through the FBO site for
download. This UNRESTRICTED procurement is for a Firm-Fixed Priced (FFP) Indefinite
Delivery/Indefinite Quantity type contract for Architect-Engineer or Engineering Services for
Multimedia Environmental Compliance Engineering Support. This support includes
preparation of studies, plans, specifications, design, reports, cost estimates and all
associated engineering services in support of the Navy and other DOD installations various
Environmental Compliance programs, including Clean Air Act (CAA) Compliance, Safe
Drinking Water Act (SDWA) Compliance, Stormwater Pollution Prevention Plans and Clean
Water Act Compliance Studies, Wastewater Plans and Compliance Studies, Laboratory
Services, Petroleum Storage Tank (PST), Oil Spill Preparedness and Planning, Waste
Management, Environmental Condition of Property Programs, Pesticide Management,
Radon and Related Products, and Sustainability Services. The NAICS code for this contract
is 541330, Engineering Services. Size Standard is $4.5M. The geographic area covered by
this contract encompasses Continental United States (CONUS) and Outside Continental
United States (OCONUS) locations at Navy and other DOD installations within the Naval
Facilities Engineering Command Atlantic (NAVFAC Atlantic) corporate Area of
Responsibility (AOR). The principal geographical regions encompassed by this contract
primarily include Northeast, Southeast, and Mid-Atlantic CONUS and some overseas
locations. Work predominately in the following states: Virginia, West Virginia, the area of
the District of Columbia, Alabama, Connecticut, Delaware, Florida, Georgia, Maine,
Maryland, Massachusetts, New Hampshire, New Jersey, New York, North Carolina,
Pennsylvania, Rhode Island, South Carolina, and Vermont, as well as OCONUS
locations such as Africa, Europe, Southwest Asia, Bahrain, Puerto Rico, and
Guantanamo Bay. Also included but to a lesser extent: Alaska, Idaho, Illinois, Indiana
and Louisiana as needed. The IDIQ contract term shall be for a base period of one (1) year,
beginning at date of award, and shall contain four (4) one-year option periods. The
minimum guarantee under this contract is $10,000.00, and the maximum ceiling for this
contract is $75,000,000.00. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=b2713f89787f5632694f36f2e39a4c2c&tab=core&_cview=0
Posted 11/04/08
SPONSOR: Department of the Navy, Naval Facilities Engineering Command, NAVFAC
Atlantic, N62470 NAVFAC ATLANTIC Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
PUBLICATION DATE: November 6, 2008
ISSUE: FBO-2537
ARCHITECT-ENGINEERING (A-E) SERVICES FOR NATIONWIDE COST ENGINEERING
SUPPORT FOR THE WALLA WALLA DISTRICT DIRECTORY/CENTER OF EXPERTISE
(DX) (PRESOL)
SOL W912EF-09-R-0007 DUE 111308 POC: Jani Long, 509-527-7209. POP: US Army
Engineer District, Walla Walla 201 N. Third Avenue, Walla Walla WA 99362-1876. NAICS:
541330. CONTRACT INFORMATION: This announcement is issued on an Unrestricted
Basis and is open to all businesses regardless of size. The United States Army Corps of
Engineers (USACE) Walla Walla District plans to award a single Nationwide Indefinite
Quantity Contract (IDC) for a five-year period consisting of a base period of one year and
four one-year option periods The maximum amount the Government may order under this
IDC shall not exceed $90M. This contract is being procured in accordance with the Brooks
A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based
on demonstrated competence and qualifications for the required work as further described
in this announcement. The services will consist of Cost Engineering to support Walla Walla
District designation as a Cost Engineering Directory/Center of Expertise. The requirements
under the IDC will be issued primarily under firm-fixed price task orders utilizing the labor
and overhead rates accepted with award of the IDC. The estimated base and option year
contract capacities are $24.5M, $24M, $15M, $15M and $11.5M respectively. Contract
options may be exercised early if the contract capacity is utilized before the contract
performance period expires. However, the contract rates do not increase until the annual
period for which they were negotiated has elapsed. If capacity remains available at the
expiration of any contract performance period and the Government determines it to be in
its best interest to exercise the next contract option period, the unused capacity will be
rolled forward for use in the subsequent contract performance period. The annual rates for
the then-current contract period will become effective for both the unused capacity of the
previous period and the current annual capacity. The annual contract rates are fixed prices
for the annual period for which they are negotiated and shall not be adjusted as a result of
the early exercise of contract options or when unused capacity is rolled forward to
subsequent option years. The contract minimum guarantee of $10,000 may be obligated
via issuance of an initial task order concurrent with award of the IDC. The IDC is anticipated
to be awarded in February of 2009. All other than small business concerns will be required
to include a Subcontracting Plan with its rate proposal. The subcontracting plan must
comply with the provisions of the Small Business Act (Public Law 95-507), FAR Subpart
219-9, and Defense Federal Acquisition Regulation Supplement (DFARS) 252.219-7003
and must demonstrate a plan to place subcontracts to the maximum practicable extent
consistent with the efficient performance of the IDC with small, small disadvantaged, and
small women owned businesses. The USACE FY08 planned subcontracting goals are as
follows: Small Business 70.0%, Small Disadvantaged Business 6.2%, Women-Owned
Small Business 7.0%, HUBZone Small Business 9.8%, Veteran-Owned Small Business
3.0%, and Service-Disabled Veteran-Owned Small Business 0.9%. In addition, the total
goal for subcontracting to small businesses for this IDC is 20% of the contract amount.
The accepted subcontracting plan is anticipated to meet or exceed the FY08 USACE
targets for small business subcontracting. The FY08 USACE targets may be adjusted if
new targets for FY09 are established by USACE prior to contract award. The Contracting
Officer will negotiate a subcontracting plan with the selected A-E contractor with the
objective of meeting or exceeding the above goals The North American Industry
Classification System (NAICS) code for this action is 541330 which has a size standard of
$4,500,000.00 in average annual receipts. To be eligible for contract award, a firm must be
registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet
site at http://www.ccr.gov. PROJECT INFORMATION: The proposed contract will be used
to primarily support the USACE mission in performing cost engineering services for the US
Department of Energy, Office on Environmental Management (DOE EM), but may also be
used to support other federal agencies such as the National Nuclear Safety Administration
(NNSA), the Environmental Protection Agency (EPA), the General Services Administration
(GSA), the Bureau of Reclamation, the US Forest Service, the Department of
Transportation, and other USACE Districts. Typical projects will include cost engineering
services for environmental restoration, waste management, decontamination and
decommission design, regulatory support, confirmatory sampling, liquid waste site
remediation, waste site remediation, burial ground remediation, deactivation, demolition,
site security, waste operations, surveillance and maintenance, project management and
management controls, miscellaneous restoration, stewardship preparation, independent
closure reviews, operate and close utilities confirmatory sampling sites, and contingency
review and escalation. The proposed IDC will support USACE mission in performing cost
environmental cleanup, demolition and/or restoration. The selected A-E firm must be
capable of performing cost estimates for multiple customers with a wide variety of sites
across the nation in a manner that complies with Federal, State and Local regulations and
laws within timeframes required to meet program objectives. The selected A-E firm must
have resources with security clearances such as Q, L, Top Secret or Secret. In addition to
having clearance levels, the A-E firm must have sufficient resources (averages between 20
to 70 cost personnel) to work at multiple sites for long durations (often up to or exceeding
30 days). The magnitude of the task orders may range from $3,000 to $3.5M. Task orders
under the IDC may be awarded and administered by Walla Walla District or any other
USACE District that coordinates and obtains authorization from Walla Walla District for
contract capacity/usage. The A-E firm shall use USACE estimating software MCACES
(MII), USACE and DOE work breakdown structure, activity based estimating techniques,
baseline cost estimating, risk analysis, critical analysis and scheduling techniques, and
other related skills. The firm's cost engineering specialist(s) must be certified by a
professional organization, such as AACE, ICEC, PCEA, etc. The firm's cost estimators
must spend the majority of their time performing cost engineering functions, and must be
specifically identified, and their competence indicated by resume, in Section E of the SF
330. Individual resumes are limited to one page each. In addition, the firm selected must
demonstrate experience in using USACE estimating software MCACES (MII), USACE
and DOE work breakdown structure, activity based estimating techniques, baseline cost
estimating, risk analysis, critical analysis and scheduling techniques, and other related
skills. In accordance with FAR Subpart 36.209, no contract for any follow-on construction
work shall be awarded to the firm that designed the project or its subsidiaries or affiliates.
SELECTION CRITERIA: A-E selections will be conducted in strict accordance with the
announced selection criteria, and in compliance with FAR Subpart 36.6, its supplements
and Engineer Pamphlet 715-1-7. Evaluation of contractor proposals will be based on
contractors specialized experience and technical competence in areas of experience such
as cost engineering, cost estimating, program and project management, planning and
scheduling, risk analysis, cost/schedule performance measurement, security clearances,
change control, and value engineering. Review professional capabilities for satisfactory
performance of work required under this contract or work performed by individual task
order requirements. Review of demonstrated capability and capacity in order for the firm to
perform the statement of work as primarily required by DOE and other USACE customers
such as NNSA, EPA, GSA, other USACE Districts, and other federal agencies as
described in this A-E announcement. Each firm will be evaluated with respect to past cost
control, quality of work, and compliance with performance schedules. The selection criteria
are listed below in descending order of importance (first by major criterion and then by
each sub-criterion). Criteria A thru D are primary. Criteria E is secondary and will only be
used as tie-breaker among technically equal firms. A. Professional Qualifications: The
selected firm must have, either in-house or through consultants, the following Cost
Engineering disciplines, with registration required where applicable (1) Architect; (2)
Structural; (3) Civil (4) Mechanical; (5) Electrical; (6) Environmental; (7) Value Engineering;
(8) Scheduler; and (9) Risk. The firm's cost engineering specialist(s) must be certified by a
professional organization, such as AACE, ICEC, PCEA, etc; B. Specialized Experience and
Technical Competence in: (1) Preparing cost estimates utilizing the following estimating
software: MCACES (MII) and PACES. The firm selected must demonstrate experience
utilizing this software; (2) Preparing cost estimates for environmental restoration, waste
management, decontamination and decommissioning design, regulatory support,
confirmatory sampling, liquid waste site remediation, waste site remediation, burial ground
remediation, deactivation, demolition, site security, waste operations, surveillance and
maintenance, project management and management controls, miscellaneous restoration,
stewardship preparation, independent closure reviews, operate and close utilities
confirmatory sampling sites, and contingency review and escalation for projects primarily
at Department of Energy (DOE) work sites; (3) Preparing cost estimates for Civil Works
and Military projects; (4) Preparing programming/ conceptual, parametric, final design, and
change order estimates; (5) Preparing cost and schedule risk analysis; (6) Scheduling with
specialized experience and technical competence in preparing construction schedules for
both horizontal and vertical construction projects that result in a construction duration that
can be used in bidding a project. Schedule shall include a breakdown of all construction
activities with related durations in a neat, orderly fashion. Said schedule may be included
in the construction solicitation, therefore it must be accurate and defendable; (7) The ability
to provide quick turnaround of task orders i.e. ability to prepare proposals in 5 to 10 days;
(8) Preparation of Value Engineering Studies; (9) Describe the firm's quality management
plan, quality assurance, and coordination of the in-house work with consultants; C. Capacity
to Accomplish the Work: The capacity to accomplish at least $2.7M per month comprised of
five or more individual task orders simultaneously with task orders ranging from $3K to
$3.5M and approximate annual amounts of $24.5M, $24M, $15M, $15M and $11.5M
respectively for a 5-year period; D. Past Performance: Past performance on Department
of Defense (DOD) and other contracts with respect to cost control, quality of work, and
compliance with performance schedules; E. Small Business, Small Disadvantaged
Business: Extent of participation of small businesses, small disadvantaged businesses,
women-owned small businesses, HUBZones, Service disabled veteran-owned businesses,
and historically black colleges and universities, and minority institutions in the proposed
contract team, measured as a percentage of the total estimated effort will be evaluated
and considered in the award decision. SUBMISSION REQUIREMENTS: Interested
architect-engineer firms having the capabilities to perform this work must submit three (3)
copies of Standard Form (SF) 330, Architect-Engineer Qualifications, Part I and II for the
prime firm. A separate SF 330 Part I and II may be submitted for each firm (JV partner or
major subcontractor) that will be part of the team proposed on the contract to adequately
present qualifications of the entire team. All documents shall be submitted in triplicate.
Submit completed SF 330 to Walla Walla District Office, Contracting Division, 201 North
3rd, Walla Walla, WA 99362-1876 not later than the close of business 4:00 PM Pacific
Time on November 13, 2008, or within 30 calendar days after publication date of this
notice, whichever is later. This is not a request for proposal and no other general
notification will be made. Include the firms DUNS number in SF333, Part II, Block 4.
Facsimile transmissions will not be accepted. Solicitation packages are not provided and
no additional project information will be given to firms during the announcement period.
This is not a request for proposal. Only timely SF 330s will be considered. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=d9b8f068a716064a67d64b2dcd09925b&tab=core&_cview=0
Posted 11/04/08
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer
District, Walla Walla, US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla
Walla, WA 99362-1876
PUBLICATION DATE: November 6, 2008
ISSUE: FBO-2537
ARCHITECT-ENGINEERING (A-E) SERVICES FOR NATIONWIDE COST
ENGINEERING SUPPORT FOR THE WALLA WALLA DISTRICT DIRECTORY/
CENTER OF EXPERTISE (DX) (PRESOL)
SOL W912EF-09-R-0008 DUE 111308 POC: Jani Long, 509-527-7209. POP: US Army
Engineer District, Walla Walla 201 N. Third Avenue, Walla Walla WA 99362-1876. NAICS:
541330. CONTRACT INFORMATION: This announcement is for a set-aside for Small
Business Participation. The United States Army Corps of Engineers (USACE) Walla Walla
District plans to award a single Nationwide Indefinite quantity contract (IDC) for a five-year
period consisting of a one-year base period and four one-year option periods. The maximum
amount the Government may order under this IDC shall not exceed $10 million. This
contract is being procured in accordance with the Brooks A-E Act as implemented in FAR
Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence
and qualifications for the required work as further described in this announcement. The
services will consist of Cost Engineering to support Walla Walla District designation as a
Cost Engineering Directory/Center of Expertise. The requirements under the IDC will be
issued through firm-fixed price task orders utilizing the labor and overhead rates accepted
with award of the IDC. The estimated base and option year contract capacity is $2M each
period. Contract options may be exercised early if the contract capacity is utilized before the
contract performance period expires. However, the contract rates do not increase until the
annual period for which they were negotiated has elapsed. If capacity remains available at
the expiration of any contract performance period and the Government determines it to be
in its best interest to exercise the next contract option period, the unused capacity will be
rolled forward for use in the subsequent contract performance period. The annual rates for
the then-current contract period will become effective for both the unused capacity of the
previous period and the current annual capacity. The annual contract rates are fixed prices
for the annual period for which they are negotiated and shall not be adjusted as a result of
the early exercise of contract options or when unused capacity is rolled forward to
subsequent option years. The contract minimum guarantee of $10,000 may be obligated
via issuance of an initial task order concurrent with award of the IDC. The IDC is anticipated
to be awarded in February of 2009. The North American Industry Classification System
(NAICS) code for this action is 541330 which has a size standard of $4,500,000.00 in
average annual receipts. To be eligible for contract award, a firm must be registered in the
DoD Central Contractor Registration (CCR). Register via the CCR Internet site at
http://www.ccr.gov/. In accordance with FAR Subpart 36.209, no contract for any follow-on
construction work shall be awarded to the firm that designed the project or its subsidiaries
or affiliates. PROJECT INFORMATION: The proposed contract will be used to primarily
support the USACE mission in performing cost engineering services, but may also be used
to support other federal agencies such as the US Department of Energy, Office of
Environmental Management (DOE), the National Nuclear Security Administration (NNSA),
The Environmental Protection Agency (EPA), the General Services Administration (GSA),
Bureau of Reclamation, US Forest Service, and the Department of Transportation (DOT).
Typical projects will include cost engineering services for environmental restoration, waste
management, decontamination and decommissioning design, regulatory support,
confirmatory sampling, liquid waste site remediation, waste site remediation, burial ground
remediation, deactivation, demolition, site security, waste operations, surveillance and
maintenance, project management and management controls, miscellaneous restoration,
stewardship preparation, independent closure reviews, operate and close utilities
confirmatory sampling sites, and contingency review and escalation. The proposed IDC will
support USACE mission in performing cost environmental cleanup, demolition and/or
restoration. The magnitude of the task orders may range from $3,000 to $2 million. The
selected A-E firm must be capable of performing cost estimates for multiple customers with
a wide variety of sites across the nation in a manner that complies with Federal, State and
Local regulations and laws within timeframes required to meet program objectives. As a
minimum requirement, contractor personnel will be required to obtain Department of Energy
badging. On August 27, 2004, President Bush signed Homeland Security Presidential
Directive 12 (HSPD-12), Policy for a Common Identification Standard for Federal
Employees and Contractors (see
http://www.whitehouse.gov/news/releases/2004/08/20040827-8.html ). Based upon this
directive, the National Institute for Standards and Technology (NIST) developed Federal
Information Processing Standards Publication (FIPS Pub) 201
http://www.csrc.nist.gov/publications/fips/fips201-1/FIPS-201-1-chng1.p df, including a
description of the minimum requirements for a Federal personal identification verification
(PIV). HSPD-12 directs the implementation of a new standardized badging process, which
is designed to enhance security, reduce identity fraud, and protect personal privacy by
establishing a mandatory, Government-wide standard for secure and reliable forms of
identification issued by the Federal Government to its employees, contractors, and other
classes of individuals. The Department of Energy (DOE) began implementing the HSPD-12
program on October 27, 2005. Only those individuals who meet the minimum requirements
under the PIV process will be issued the DOE Common Badge or the follow-on HSPD-12
Standard Badge. AE firm must have sufficient resources (12 cost personnel) to work at
multiple sites for long durations (often up to 30 days). Task orders under the IDC may be
awarded and administered by Walla Walla District or any other USACE District that
coordinates and obtains authorization from Walla Walla District for contract capacity/usage.
Firms must demonstrate experience in a broad field of cost engineering for general
construction and environmental remediation to include civil, structural, electrical and
mechanical systems and environmental remediation processes. Professional,
multi-disciplined, cost engineering services include cost engineering, cost estimating, risk
analysis, program and project management, planning and scheduling, cost/schedule
performance measurement and change control, and value engineering. Cost engineering
may be required for projects in USACE Districts throughout the United States and at
various customer locations in which the USACE provides support, such as Department of
Energy sites. The A-E contractors shall use USACE estimating software MCACES (MII),
USACE and DOE work breakdown structure, activity based estimating techniques, baseline
cost estimating, risk analysis, critical analysis and scheduling techniques, and other related
skills. The firm selected will also be required to perform cost estimating review in
accordance with the Walla Walla Cost Center guidance, perform cost analysis, risk
analysis, scheduling, evaluation of management controls, attend meetings, site
investigations, prepare Change Order cost estimates and assist in negotiations, if required.
The firm must have cost engineering specialist(s) for each required design discipline, such
as architectural, structural, civil, mechanical, environmental and electrical. The firm's cost
engineering specialist(s) must be certified by a professional organization, such as AACE,
ICEC, PCEA, etc. The firm's cost estimators must spend the majority of their time
performing cost engineering functions, and must be specifically identified, and their
competence indicated by resume, in Section E of the SF 330. Individual resumes are
limited to one page each. In addition, the firm selected must demonstrate experience in
using USACE estimating software MCACES (MII), USACE and DOE work breakdown
structure, activity based estimating techniques, baseline cost estimating, risk analysis,
critical analysis and scheduling techniques, and other related skills. In accordance with
FAR Subpart 36.209, no contract for any follow-on construction work shall be awarded to
the firm that designs the project or its subsidiaries or affiliates. SELECTION CRITERIA:
A-E selections will be conducted in strict accordance with the announced selection criteria,
and in compliance with FAR Subpart 36.6, its supplements and Engineer Pamphlet
715-1-7. Evaluation of contractor proposals will be based on contractors specialized
experience and technical competence in areas of experience such as cost engineering,
cost estimating, program and project management, planning and scheduling, risk analysis,
cost/schedule performance measurement, security clearances, change control, and value
engineering. Review of professional capabilities for satisfactory performance of work
required under this contract or work performed by individual task order requirements.
Review of demonstrated capability and capacity in order for the firm to perform the
statement of work as required by USACE, DOE, NNSA, and/or other federal agencies as
described in this A-E announcement. Each firm will be evaluated with respect to past cost
control, quality of work, and compliance with performance schedules. The selection criteria
are listed below in descending order of importance (first by major criterion and then by each
sub-criterion). Criteria A thru D are primary. Criteria E is secondary and will only be used as
tie-breaker among technically equal firms. A. Professional Qualifications: The selected firm
must have, either in-house or through consultants, the following Cost Engineering
disciplines, with registration required where applicable (1) Architect; (2) Structural; (3) Civil;
(4) Mechanical; (5) Electrical; (6) Environmental; (7) Value Engineering; (8) Scheduler; and
(9) Risk Analysis. The firm's cost engineering specialist(s) must be certified by a
professional organization, such as AACE, ICEC, PCEA, etc; B. Specialized Experience and
Technical Competence in: (1) Preparing cost estimates utilizing the following estimating
software: MCACES (MII) and PACES. The firm selected must demonstrate experience
utilizing this software; (2) Preparing cost estimates for Civil Works and Military projects; (3)
Preparing cost estimates for environmental restoration, waste management,
decontamination and decommissioning design, regulatory support, confirmatory sampling,
liquid waste site remediation, waste site remediation, burial ground remediation,
deactivation, demolition, site security, waste operations, surveillance and maintenance,
project management and management controls, miscellaneous restoration, stewardship
preparation, independent closure reviews, operate and close utilities confirmatory sampling
sites, and contingency review and escalation for projects at Department of Energy (DOE)
and National Nuclear Security Administration (NNSA) site work; (4) Preparing programming/
conceptual, parametric, final design, and change order estimates; (5) Preparing cost and
schedule risk analysis; (6) Scheduling with specialized experience and technical
competence in preparing construction schedules for both horizontal and vertical
construction projects that result in a construction duration that can be used in bidding a
project. Schedule shall include a breakdown of all construction activities with related
durations in a neat, orderly fashion. Said schedule may be included in the construction
solicitation, therefore it must be accurate and defendable; (7) The ability to provide quick
turnaround of task orders, i.e. ability to prepare proposals in 5 to 10 days; (8) Preparation
of Value Engineering Studies; (9) Describe the firm's quality management plan, quality
assurance, and coordination of the in-house work with consultants; C. Capacity to
Accomplish the Work: The capacity to accomplish approximately $166K per month
comprised of 3 or more individual task orders simultaneously with task orders ranging from
$3,000 to $2 million for an annual amount of approximately $2M over a 5-year period;
D. Past Performance: Past performance on Department of Defense (DOD) and other
contracts with respect to cost control, quality of work, and compliance with performance
schedules; E. Small Business, Small Disadvantaged Business: Extent of participation of
small businesses, small disadvantaged businesses, women-owned small businesses,
HUBZones, Service disabled veteran-owned businesses, historically black colleges and
universities, and minority institutions in the proposed contract team, measured as a
percentage of the total estimated effort will be evaluated and considered in the award
decision. SUBMISSION REQUIREMENTS: Interested architect-engineer firms having the
capabilities to perform this work must submit three (3) copies of Standard Form (SF) 330,
Architect-Engineer Qualifications, Part I and II for the prime firm. A separate SF 330 Part I
and II may be submitted for each firm (JV partner or major subcontractor) that will be part
of the team proposed on the contract to adequately present qualifications of the entire team.
All documents shall be submitted in triplicate. Submit completed SF 330 to Walla Walla
District Office, Contracting Division, 201 North 3rd, Walla Walla, WA 99362-1876 not later
than the close of business 4:00 PM Pacific Time on November 13, 2008, or within 30
calendar days after publication date of this notice, whichever is later. This is not a request
for proposal and no other general notification will be made. Include the firms DUNS number
in SF333, Part II, Block 4. Facsimile transmissions will not be accepted. Solicitation
packages are not provided and no additional project information will be given to firms
during the announcement period. This is not a request for proposal. Only timely SF 330s
will be considered. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=8911d6f210413e5f70cbd89369078098&tab=core&_cview=0
Posted 11/04/08
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer
District, Walla Walla, US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla
Walla, WA 99362-1876
PUBLICATION DATE: November 6, 2008
ISSUE: FBO-2537
NOTICE OF INTENT TO ISSUE A SOLICITATION TO ADVANCE RESEARCH AND
DEVELOPMENT OF ENVIRONMENTAL AND ENERGY QUALITY TECHNOLOGIES
(SNOTE)
SOL NOCA-09-D-5601 POC: Douglas E. Covey, (937) 656-9003, E-MAIL:
douglas.covey@wpafb.af.mil ; Gary R Victor, (937) 255-5435, Gary.Victor@wpafb.af.mil
NAICS: 541712. Environmental and Energy Quality Technologies. Specific research and
development efforts are needed for effective and timely identification, development, testing,
and implementation of environmental and energy technologies to address Air Force needs.
The estimated dollar value of the overarching basic contract is $49,000,000.00, and is
based on a 5 year program. The primary objective of this performance-based acquisition is
to perform research, development, test and evaluation (RDT&E), and transition new
technologies to reduce or eliminate hazardous chemicals, materials, and waste streams
through cost-effective programs and practices, while improving energy efficiency and
reducing greenhouse gas emissions. The technical effort for this program will encompass
technical studies and analyses, concept development and validation, technical and test
requirements development and analysis, cost-benefit analysis, systems design, fabrication
and assembly; engineering and integration; test and evaluation, and technical transition that
is associated with maintenance, operation and training activities during demonstration,
validation and implementation. This program is being shaped by the emergence of new
Executive Orders, DoD policy, and proliferation of new state and local laws, rules and
regulations pertaining to the industrial use of hazardous, toxic, ozone depleting and global
warming substances. The program will initially consist of one (1) task order, entitled,
"Advanced Laser Coating Removal Development", with a purpose to develop a state-of-
the-art, laser-based robotic coating removal system for large on and off-aircraft components
including radomes, flight controls, landing gear doors and engine cowlings. In addition,
subsequent task orders might become necessary to address the following technology
areas, and transition alternative solutions to Air Force weapon systems: - heavy metal
plating chemistry (electrolytic and electrolysis) - chemical and mechanical cleaning
materials and processes - organic and inorganic corrosion preventative systems -
application and removal of organic coating systems - other recycle/recovery/reuse
alternatives to materials and processes - Petroleum-based energy, including renewable
sources that meet AF policy and operational requirements. The proposed contract action
is for a performance-based acquisition for which the Government intends to solicit and
negotiate on a full and open, competitive basis. It is anticipated that a Broad Agency
Announcement (BAA) solicitation providing more details into this program will be released
on or about 19 November 2008, and will be available at www.fedbizopps.gov. Other
business opportunities for the Air Force Research Laboratory are also available at
www.fedbizopps.gov. Direct questions to the Contracting point of contact identified in the
announcement. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=625ccd788c6fba5c8cbfa1946d12952e&tab=core&_cview=0
Posted 11/04/08
SPONSOR: Department of the Air Force, Air Force Materiel Command, AFRL - Wright
Research Site, Det 1 AFRL/PK, Bldg 167, Area B, 2310 8th Street, Wright-Patterson AFB,
OH 45433-7801
PUBLICATION DATE: November 6, 2008
ISSUE: FBO-2537
BROAD AGENCY ANNOUNCEMENT FOR INNOVATIVE TECHNOLOGIES AND
METHODOLOGIES FOR REDUCING VARIOUS ENVIRONMENTAL PROBLEMS (MOD)
SOL AFCEEBAA-08-001 POC: MaryJo Boldt, 210-536-4505, E-MAIL:
maryjo.boldt@brooks.af.mil NAICS: 541712. This BAA announcement is modified to reflect
the next response date for Phase I submittals. PHASE I SUBMITTALS ARE DUE NO
LATER THAN 4:00 PM CST, 8 DECEMBER 2008. The process is the same as originally
stated in the March 27, 2008 announcement. A technical point of contact is provided, Ms.
Erica Becvar, AFCEE/TDV, 210-536-4314, e-mail erica.becvar@brooks.af.mil. This
announcement constitutes a Broad Agency Announcement (BAA) for the Air Force Center
for Engineering and the Environment (AFCEE), Restoration Branch, Technology Transfer
Office (TDV) under FAR 6.102(d)(2). This announcement is open for one year and will be
advertised annually. This announcement seeks out technologies and methodologies to
reduce environmental impacts from current and past Air Force (AF) operations and apply
to Air Force installations worldwide. The key focus of this effort is to further develop
demonstration/field-tested remediation, contaminated site characterization and monitoring,
and pollution prevention technologies and methodologies that serve as an innovative
means to save money and time while achieving compliance with all air, soil, and water
regulatory requirements and Air Force policies and technical guidance. The goal is to
identify more technically advanced, efficient, effective, environmentally friendly, and
cost-effective solutions than are currently available. Such technologies and methodologies
should aid the US Air Force in reaching the remedy-in-place (RIP) goal of 2012 or
optimizing current remediation or monitoring systems already in place. The purpose of this
acquisition is to apply promising demonstration/field-tested innovative technologies and
methodologies. This acquisition is not to test theoretical concepts or technologies and
methodologies that currently exist solely in a laboratory research and development (R&D)
phase. The remedial technologies areas of interest include, but are not limited to, effective
dense non-aqueous phase liquid (DNAPL) characterization, monitoring, fate and transport,
detection, and remediation; improve/optimize remediation and long-term monitoring (LTM)
technologies; assessment and mitigation of hazards associated with vapor intrusion;
remedial techniques and methods to more effectively treat soil and groundwater
contaminated with chlorinated solvents; implementation of rapid site characterization
through definitive field-based analytical methods for volatile organic compounds (VOCs),
semi VOCs, and other common contaminants. Additional areas of interest include
innovative pollution prevention techniques, innovative site characterization approaches
and tools, new and innovative quality assurance methodologies, and innovative monitoring
and optimization systems for existing remediation operations (e.g., pump-and-treat)
including sensors and data management systems. Proposal submittal is a two-phase
process. Phase I Offerors submit proposals by completing a short questionnaire on the
AFCEE BAA web page developed specifically to facilitate proposal submittal in the BAA
program. The requested information includes: description of the technology (synonymous
with methodology, as applicable) being proposed and a discussion of the technical benefits
to include the type of site and specific problem addressed; contamination and media
treated; description of how project supports the Remedy-in-Place (RIP)/Response
Complete (RC) Goal of 2012; qualifications of the offeror; estimated cost range of the
demonstration/field testing of the technology; and approximated time to complete the
proposed effort. Limits to the length of each section are noted in the web-based proposal
form. PHASE I SUBMITTALS ARE DUE NO LATER THAN 4:00 PM CST, 8 December
2008. Phase I submittals received after 8 December 2008, may or may not be evaluated.
However, these proposals will be held for possible action until expiration of this BAA. The
Phase I proposals are evaluated by the Air Force's Technical Evaluation Board (TEB) using
the same selection criteria used to evaluate Phase II proposals. It is critical that the offeror
convey the above information accurately and concisely so that proposal evaluators can
judge the merits of the proposed demonstration/field testing of the technology. Those
proposals that are judged innovative and meet program requirements are selected for
further evaluation in Phase II. Offerors whose proposals are not selected for Phase II are
notified electronically of this decision, while those selected are similarly notified and invited
to submit a Phase II proposal as an attachment to the electronic format provided via
Internet link. To be eligible for award submission of Phase I is required. Phase II proposals
are to include expanded descriptions/discussion of the following information: Technology
or methodology proposed including results of previous development/demonstration/field
testing, pilot-scale or treatability studies. The technology or methodology must be described
in sufficient detail to enable reviewers to understand the nature and probability of successful
application. The proposal shall include the types of contaminants treated, the media (i.e.,
soil, groundwater) treated, and any limitations known to affect the application of the
technology or methodology. Benefits to the USAF of using the proposed technology or
methodology. This should include a comparison with existing technologies or
methodologies used to treat the same contaminants, and how the proposed technology
or methodology improves cleanup over existing technology or methodology and/or lowers
the cost of environmental restoration/prevention. The objectives of the proposed technology
or methodology demonstration/field testing, the tasks to be accomplished during the
demonstration/field testing, the project schedule, and the location or type of site
recommended for the demonstration/field test. The qualifications of the offeror to
successfully perform the technology or methodology demonstration/field test. Offerors
invited to submit a Phase II proposal are provided a link in the electronic notification by
which the Phase II proposals are to be submitted. Phase II proposals shall be submitted
as attachments to an electronic submittal form that is accessed via the notification from
AFCEE. The technical proposal shall be limited to 10 pages, typed at 10 pitch or larger
type, single spaced, and single sided, on sheets 8.5 X 11 with 1 margins. This page
limitation is inclusive of indexes, photographs, fold-outs, appendices, and attachments.
Pages in excess of this limitation will not be evaluated by Government evaluators.
Suggested inclusion within the 10 page limitation are: (1) four pages describing the
proposed technology or methodology, (2) one page containing a SOW, (3) one page
discussing the capability of the offeror, references and point of contact for the
demonstration/field test, (4) three pages describing proposed schedule for demonstration/
field test, past experience and performance, and other places the technology or
methodology has been demonstrated, and (5) one page list of key personnel that will
perform the demonstration/field test. The cost proposal has no page limitations; however,
offerors are requested to use five (5) pages as a goal. The cost and technical proposals
are to be submitted together in Microsoft Word and Excel formats. Submittals to this BAA
Phase I shall be through http://www.afcee.brooks.af.mil/pkv/baa . Each electronic form
shall address only one technology and one topic. Separate forms shall be submitted for
each additional topic or additional technology. Response time for Phase II submittal will
be 30 days from electronic notice. The submittal shall concisely describe the technology
and shall be evaluated according to the criteria stated in this announcement. No additional
data may be submitted for this BAA. If additional data is submitted, it will be discarded.
Proposals will be evaluated on their own merits and will not be evaluated against each
other. The TEB will evaluate the submittals to this BAA. Vendor submittals that meet all
of the evaluation criteria will be accepted into the BAA program. Once accepted into the
program, the proposal will be shared with appropriate DOD personnel for consideration.
Vendor submittals having a technology or process applicable to a specific environmental
need may be asked to contract for a field application. Final selection for award will be
based on an evaluation of an offeror's Phase II full proposal (both technical and cost) to
determine the overall merit of the proposal in response to this announcement. (1) The
technical aspect, which is ranked as first in importance, shall be evaluated based on the
following criteria which are of equal importance. New solutions with unique applications to
Air Force problems. Organization, clarity and thoroughness of the proposed SOW.
Technical approach and ability to perform. The offeror shall demonstrate a clear
understanding of how the proposed technology will improve upon current commercially
available technologies. Availability of qualified technical personnel and their experience
with the applicable technology. Past experience with the applicable technology. Benefit to
the US Air Force which can be translated into the technology's potential for assisting in the
attainment of the 2012 RIP/RC Goal, its potential cost effectiveness, potential for Air
Force-wide application, or fully addresses a unique Air Force need, and the ease of
applying the technology full-scale. (2) Cost is ranked as second in importance. No other
evaluation criteria will be used. The technical and cost information will be evaluated at the
same time. CRITICAL NOTE: A contractor license/registration is not required for this baa,
but a contractor is required to register with the DoD Central Contractor Registration (CCR)
at www.ccr.gov. No contract award will be made to any contractor that is not registered or
in the process of registering with the DoD Central Contractor Registration. NOTES: 1. The
preceding data should be sufficient for completing an electronic form. 2. There are no
solicitation documents applying to this BAA. Request for a solicitation package will not be
acknowledged. Those interested in participating in this announcement must follow the
instructions to submit Phase I. 3. THERE IS NO COMMITMENT BY THE AIR FORCE
EITHER TO MAKE ANY CONTRACT AWARDS OR TO BE RESPONSIBLE FOR ANY
MONEY EXPENDED BY THE OFFEROR BEFORE A CONTRACT AWARD. 4. As no
funding for contracts has been reserved in advance, AFCEE will be sharing qualified
abstracts with other Federal Government activities to seek sites and funding. Some Federal
Government activities may employ civilian contractors to determine the applicability of an
offered technology to specific environmental projects. Any information that may be sensitive
to review by such personnel should not be submitted. 5. Prospective offerors may request
a copy of the PRDA and BAA Guide For Industry and the Unsolicited Proposal Guide. The
guide is specifically designed to assist offerors in understanding the BAA proposal process
while the Unsolicited Proposal Guide offers further guidance in regard to proprietary
information. The PRDA/BAA Guide may be found at
http://www.wpafb.af.mil/shared/media/document/AFD-070125-041.rtf. The Unsolicited
Proposal guide is available upon written request at the point of contact e-mail address
listed below point of contact. 6. AFCEE/ACR Contracts Office will reply to all offerors once
the (TEB) has reviewed all forms submitted. For questions regarding this BAA contacts
listed below. 7. Place of Contract Performance: TBD Point of Contact Mary Jo Boldt,
Contracting Specialist, Phone 210-536-4505, Fax 210-536-3609, e-mail
maryjo.boldt@brooks.af.mil. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=f939bdaf1a93d60ea5e662f0b58f258b&tab=core&_cview=0
Posted 11/04/08
SPONSOR: Department of the Air Force, Air Force Materiel Command, HQ AFCEE - AF
Center for Engineering and the Enviroment, HQ AFCEE/AC 3300 Sidney Brooks, Brooks
City-Base, TX 78235-5112
PUBLICATION DATE: November 6, 2008
ISSUE: FBO-2537
ASBESTOS ABATEMENT (PRESOL)
SOL VA-246-09-RQ-0012 DUE 120308 POC: Neal Hause. POP: VA Medical Center; VISN
6 Centralized Acquisition Services; 1970 Roanoke Blvd; Salem, VA 24153. NAICS: 562910.
Provide all labor, material, equipment, transportation and supervision necessary to provide
asbestos abatement to include floor tile and mastic, plaster ceiling, carpeting and asbestos
containing pipe insulation in Building 76, Salem VA Medical Center, Salem Virginia. This
procurement is 100% set-aside for small businesses. The NAICS code for this procurement
is 562910, Remediation Sservices. Small business size standard: $14M. The estimated
dollar value of this procurement is between $25,000.00 and $100,000.00. The specifications
will be uploaded on or about 18 November 2008. Firms must request the drawings in
writing, email or fax. Telephone requests will not be honored. Faxed request must be faxed
to 540-855-3483. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=7054006824a140ea65f711e3c8045707&tab=core&_cview=0
Posted 11/03/08
SPONSOR: Department of Veterans Affairs, Salem VAMC, Department of Veterans Affairs
Medical Center, Department of Veterans Affairs; VISN 6 Centralized Acquisition
Service;1970 Roanoke Blvd; Salem VA 24153
PUBLICATION DATE: November 5, 2008
ISSUE: FBO-2536
> FedBizOpps Notices for October 27-31, 2008
This update contains summaries of procurement and contract award notices issued between October 27-31, 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.
POLLUTION PREVENTION SUPPORT (SRCSGT)
SOL W52P1J-08-JH0001 DUE 111108 POC: John Hemmen,
309-782-3625. POP: US Army Sustainment Command ATTN:
AMSAS-AC, Rock Island IL 61299-6500. NAICS: 541330.
SOURCES SOUGHT FOR POLLUTION PREVENTION
SUPPORT ACTIVITIES: This Sources Sought requests
information required before release of any resultant
solicitation. The information in this Sources Sought
notification is based on the best and most current information
available to date. This information is subject to change and is
not binding on the Government. Updated information will be
provided in subsequent synopsis, if required. The Army
Contracting Command is seeking sources for a potential
requirement for continued Professional Support to the
Pollution Prevention Program. The NAICS code for this
announcement is 541330, Engineering Services, with a small
business size standard of $4.5M. This announcement is a
small business set-aside, for those contractors who have a
contract under the General Services Administration (GSA)
Schedule, under Category 871, Professional Engineering
Services. The intent is to award an Indefinite Delivery
Indefinite Quantity (IDIQ) contract for support to the Pollution
Prevention (P2) Program in various professional and
non-professional skills and categories. Some, but not all, of
the skills and categories required shall include an intimate
knowledge of the Army Industrial Base, its organizational
structure and the operating contractors at the GOGO as well
as the GOCO tenant activities to include in-depth knowledge
of Large Caliber Munitions Manufacturing processes and
ability to identify installation environmental problems both
current and emerging and make recommendations to rectify
same. Contractor must have sufficient full time staff of many
disciplines, be available to attack any issue at any time with
no training, provide two full time Support personnel located
on Rock Island Arsenal, and have a good working
relationship with the various contractors that comprise the
current Industrial Base. Contractor must have trained and
licensed/certified personnel to perform Environmental
Management System (EMS) audits, train EMS auditors,
perform P2 Opportunity Assessments and be totally familiar
with the JMC P2 program activities and responsibilities.
Contractor must have a past history of successfully
performing work with Nitration Processes, Nitric Oxide
Emissions(NOX), NACSACs, Energetics(propellants and
explosives), Water Slurry Processes, White Phosphorus
(WP), Solvent Recovery, corrosion control coatings and
processes, and Acid Recovery and neutralization, on
Government installations that conforms to AR 2001.
Contractor must represent the Command on quarterly In
Process Reviews (IPRs) held with the AMC Environmental
Support Office (ESO) and with the M115A2/M116A1
Simulator IPR and the Perchlorates Monitoring Data Call
IPR. Contractor must perform research/reviews on activities
underway/data available and prepares slides, graphs, and
narratives to be presented during the IPRs. Occasionally,
Contractor personnel brief these presentations during the
IPRs and field questions as the technical expert without any
additional assistance from the Government. All requirements
are a derivative of Executive Order No. 13148, Department
of Defense Policy and Army Materiel Command Directives.
This is an ongoing program. Any interested party must be
able to meet all milestones, provide all deliverables on or
before the due date, and comply with the executive order.
Government furnished information is not available for these
programs. Please furnish your business size (Woman-owned, Small Business, Large
Business, Disadvantaged Business, Hubzone, etc.) in your response to this sources sought
announcement. Please submit information by Close of Business 1600 CST, on 11 Nov 2008,
to Army Contracting Command, Attn: AMSAS-ACA-I, Mr. John Hemmen, Bldg 60 3rd Floor,
Rock Island, IL 61299-6500, or john.hemmen@us.army.mil. There are no solicitation
documents at this time. This list may be used for future solicitations. No telephonic
responses will be considered or accepted. This is not a commitment on the part of the
Government to award a contract as a result of this notice or to pay for any information
received. This synopsis neither constitutes a Request for Proposal or Invitation for Bid, nor
does it restrict the Government to an ultimate acquisition approach. This Sources Sought
Synopsis should not be construed as a commitment by the Government for any purpose.
The Government does not intend to rank submittals or provide any reply to interested firms.
Submittals will be used for market survey information only. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=dc37d7940e3b8516e1d0ef8638f5ae6f&tab=core&_cview=0
Posted 10/27/08
SPONSOR: Department of the Army, U. S. Army Materiel Command, U.S. Army
Sustainment Command, US Army Sustainment Command, ATTN: AMSAS-AC, Rock Island,
IL 61299-6500
PUBLICATION DATE: October 29, 2008
ISSUE: FBO-2529
ENVIRONMENTAL REMEDIATION AND PROGRAM MANAGEMENT SERVICES AT
REDSTONE ARSENAL, HUNTSVILLE, ALABAMA (PRESOL)
SOL W91ZLK09R0001 DUE 120308 POC: Christopher Travers, 410-436-4127,
christopher.travers@us.army.mil POP: Redstone Arsenal. Huntsville AL 35898. NAICS:
562910. The Solicitation formerly numbered as W91ZLK-08-R-0004 has been renumbered
to W91ZLK-09-R-0001 and formally issued October 29, 2008. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=c97c5823e5733c562168dd793eafbd2a&tab=core&_cview=0
Posted 10/30/08
SPONSOR: Department of the Army, Army Contracting Agency, North Region, ACA,
Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue,
Aberdeen Proving Ground, MD 21005-3013
PUBLICATION DATE: November 1, 2008
ISSUE: FBO-2532
COLLECTION AND ANALYSIS OF WASTE AND USED OIL SAMPLES GENERATED IN
THE CANTONMENT AREA OF FT. WAINWRIGHT, BLACK RAPIDS AND DONNELLY
WEST TRAINING AREA, INCLUDING BOLIO LAKES. (PRESOL)
SOL W912CZ-09-B-000X DUE 123108 POC: John Quarles, 907-353-2368, POP ACA, Fort
Wainwright, Alaska, including Black Rapids and Donnelly West (Bolio Lakes). NAICS:
562910. This is a Presolicitation Notice for the purpose of identifying Small Disadvantaged
Businesses certified in the State of Alaska with capabilities to perform the above services
under the NAICS code of 562910. The above description of work is for information purposes
only. This statement is not intended to describe every feature of the items of work or to
define the scope of work. The proposed firm-fixed price contract will be set-aside for small
disadvantaged business competition in accordance with FAR 19.502 2 Set-Asides for Small
Business. The performance period is projected to be for a Base Year plus three option
years as required by the Government. This project is 100% set-aside for Small
Disadvantaged Business Concerns. The applicable NAICS Code is 562910, Environmental
Remediation Services, with small business size standard of 500 employees. This notice is
for informational purposes only and is not to be construed as a commitment by the
Government. Request for information should be submitted to John Quarles at
john.quarles@wainwright.army.mil FAX to 907-353- 7302. Anticipated issuance of
solicitation is 28 November 2008 and will be posted on AFSI. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=e3d9cec72d3f4b4461625b037fd8201f&tab=core&_cview=0
Posted 10/30/08
SPONSOR: Department of the Army, ACA, Pacific, Fort Richardson, Regional Contracting
Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson,
AK 99505-0525
PUBLICATION DATE: November 1, 2008
ISSUE: FBO-2532
REMEDIAL ACTION OPERATION MULTIPLE AWARD CONTRACT(S) FOR PROJECTS
WITHIN THE AREA OF RESPONSIBILITY OF NAVFAC MIDLANT. (SRCSGT)
SOL N4008509R7018 DUE 111008 POC: R. Mark Gostel, (757) 444-0469 E-MAIL
robert.gostel@navy.mil NAICS: 562910. THIS IS A SOURCES SOUGHT NOTICE ONLY.
This is not a solicitation request for proposals and no contract will be awarded from this
notice. There will not be a solicitation, specifications or drawings available at this time.
Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MIDLANT) is seeking
Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Business,
and certified 8(a) Small Disadvantaged Businesses with current relevant qualifications,
experience, personnel and capability to perform the proposed contracts. NAVFAC MIDLANT
anticipates awarding Remedial Action Operations Multiple Award Contract(s) (RAOMAC) for
projects within its Area of Responsibility (AOR). This area includes: New England (Maine,
Vermont, New Hampshire, Massachusetts, Rhode Island and Connecticut) and the
Delaware Valley (New York, New Jersey and Pennsylvania). The contract will be awarded
to a maximum of five (5) contractors. The contract will be for a five year duration: base year
plus four option years. General Work Requirement: The Contractor shall provide the
personnel, tools, equipment, materials, transportation, and management to perform the
services as required and negotiated in each individual task order. These services may
include: * Operation, maintenance, inspection, repairs, modifications and removal and
dismantling of existing remedial treatment systems according to established procedures.
The types of systems will include but are not limited to: - Groundwater Treatment Plants
(GWTP)- Various types of soil caps and RCRA landfill caps- Air sparging, soil vapor
extraction, bioslurper and free product recovery systems- Wastewater treatment facilities-
Bioremediation systems- Natural Attenuation * Monitoring of groundwater wells* Disposal
and Storage of investigative derived waste* Sampling and analysis of various media
including water, soil, sediment, air and vapor* Construction of environmental removal
actions/remedies; as well as field modifications to treatment facilities, storage systems and
spill containment/control processes* Documenting and reporting findings* Other related
activities associated with restoring areas to safe and acceptable condition* Treatment
systems can include tanks, POL pipelines, storm water drains, oil water separators,
pumps and manholes. The contractor will be able to provide inspections, cleaning,
maintenance and repair per API and State regulations.* Hazardous materials/hazardous
waste/ Toxic substances management, sampling, analysis, and reporting In addition to
performance of the specific services listed above, the contractor will generally be
responsible for maintaining records and preparation of written documents such as
Operations and Maintenance (O&M) plan modifications, work plans, health & safety plans,
sampling and analysis plans (SAP), and waste management plans connected with such
services. The contractor may also be required to provide proposed solutions to technical
problems and optimization. The work also includes performing indefinite quantity work
such as maintenance, repair, and /or construction directed by the Contracting Officer via
issued Task Orders. Proposed Contract Task Order (CTO) ordering procedures: Each
CTO will be initially awarded on a "fair opportunity" basis as outlined in FAR 16.505.
Because the initial contracts will be awarded through a rigorous Best Value Source
Selection (BVSS) process, we intend to make maximum use of the latitude allowed by the
FAR to streamline CTO awards. Typically, only price and past performance will be
considered. When required, we will maintain the ability to employ more rigorous evaluation
criteria for CTO awards. Follow-on CTO's will be ordered as an "exception to the fair
opportunity process" as outlined in FAR 16.505. Because O&M/Long Term Monitoring
(LTM) requires consistent management, it would be impractical to re-compete each CTO
at its completion. Each awardee will have a fair opportunity to be considered for the original
orders, but, we will attempt to negotiate subsequent follow-on CTO's on a sole-source
basis in the interest of economy and efficiency. If we are unable to negotiate a fair and
reasonable price, we will reserve the right to compete the follow-on work on a "fair
opportunity" basis to all contract awardees. The range for each contract is $20,000,000
to $30,000,000. All Service-Disabled Veteran-Owned Small Businesses, certified HUBZone
Small Business, and certified 8(a) Small Disadvantaged Businesses are encouraged to
respond. The Government will not pay for any information solicited. Respondents will not
be notified of the results of the evaluation. One of the main functions of this synopsis is to
assist the Contracting Officer in determining whether an 8(a), HUBZone Small Business or
Service Disabled Veteran Owned Small Business Set-aside is an acceptable strategy for
this procurement. If a full and open competition is ultimately pursued, responses to this
synopsis will be used to aid in establishing small business subcontracting goals. All
qualified firms are encouraged to respond. The Government anticipates a contract award
for these contracts in March 2009. The appropriate NAICS Code is 562910 with a size
standard of 500 employees. It is requested that interested parties submit a brief capabilities
package not to exceed 5 pages. This capabilities package shall address, at a minimum the
following: (1) Examples of projects worked within the last five years of similar size, scope
and complexity as the work indicated. Knowledge of the state regulations within the AOR.
Indicate whether your firm worked as a prime or subcontractor, contract value, brief
description of how the referenced contract relates to the work described, and a
overnment / Agency point of contact. (2) Company profile, to include number of offices and
number of employees per office, annual receipts, office location(s), available bonding
capacity in excess of $16,000,000 per contract, DUNS number, and CAGE Code. (3) Please
indicate if you are a 8(a), HUBZone, Service Disabled Veteran Owned, Woman Owned, and
Veteran Owned. (4) In order to assist us in determining the geographic boundaries of the
contract(s) necessary to cover the RAO requirement within our AOR, please identify the
geographic area in which you can operate in an efficient and economical manner. The
capabilities package for this sources sought notice is not expected to be a proposal, but
rather a short statement regarding the company's ability to demonstrate existing, or
developed, expertise and experience in relation to this contract. Any commercial brochures
or currently existing marketing material may also be submitted with the capabilities package.
Submission of a capabilities package is not a prerequisite to any potential future offerings,
but participation will assist the Navy in tailoring requirements to be consistent with industry
capabilities. Responses to this Sources Sought Notice shall be mailed to the following
address: Commander, NAVFAC Mid-Atlantic, NE IPT, 9324 Virginia Ave., Bldg. Z144, 2nd
Floor, Room 214, Attn: R. Mark Gostel, Norfolk, VA 23511-3689. Responses must be
received no later than 2:00 pm Eastern Standard Time on 10 November 2008. Electronic
submission will not be accepted. Questions regarding this sources sought notice may be
addressed to R. Mark Gostel at the above address, via email at robert.gostel@navy.mil, or
via phone at (757) 444-0469. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=45f2eff7f88c722d0a37d2c576d2f0e7&tab=core&_cview=0
Posted 10/30/08
SPONSOR: N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command,
Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
PUBLICATION DATE: November 1, 2008
ISSUE: FBO-2532
ADVANCED MIXED WASTE TREATMENT PROJECT - FINAL RFP (PRESOL)
SOL DE-RP07-09ID14813 DUE 010509 POC: Wendy Bauer, Contracting Officer,
208-526-2808, E-MAIL: bauerwl@id.doe.gov ; Jennifer K. Cate, Contract Specialist,
208-526-0631. The U.S. Department of Energy, Idaho Operations Office, in coordination
with the Office of Environmental Management, is seeking a contractor to perform waste
processing at the Advanced Mixed Waste Treatment Project (AMWTP) at DOE's Idaho
Site near Idaho Falls, Idaho. The purpose of this contract will be to process and dispose
of the transuranic waste and mixed low-level waste at the Idaho Sites Transuranic Storage
Area (TSA). This is primarily to ensure compliance with the 1995 Idaho Settlement
Agreement and the INL Site Treatment Plan regarding treating the waste and removing it
from the state of Idaho. The contractor selected will be responsible for performing the work
necessary to retrieve, characterize, treat (as necessary), package, and otherwise process
and dispose of the estimated total of 33,600m3 of waste at the AMWTP. The end objective
is to disposition all of the waste at an appropriate disposal facility. The wastes include DOE
laboratory and processing wastes from Rocky Flats and various DOE facilities. The wastes
are stored in drums, boxes, and bins at the Idaho Sites TSA. The wastes may consist of
mixtures of various solid materials, including paper, cloth, plastic, rubber, glass, graphite,
bricks, concrete, metals, nitrate salts, process sludge, miscellaneous components, and
some absorbed liquids. The majority of the AMWTP waste contains both Resource
Conservation and Recovery Act (RCRA) constituents and radioactive constituents and is
therefore mixed transuranic and mixed low level waste. The contract type will be a
Cost-Plus-Award-Fee (CPAF) with performance-based incentives. The solicitation will be
for full and open competition. This solicitation contemplates significant small business
participation, recommending 46.4% of the overall procurement dollars go to small business.
The anticipated period of performance is six years, from October 1, 2009, through
September 30, 2015. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=0c2d6e14eb7ed7444332b3d87f55f019&tab=core&_cview=0
Posted 10/28/08
SPONSOR: Department of Energy, Federal Locations, All DOE Federal Contracting Offices,
1955 Fremont Avenue MS-1221, Idaho Falls, ID 83415
PUBLICATION DATE: October 30, 2008
ISSUE: FBO-2530
http://www.clu-in.org/cbdcrnt.cfm
Page Last Modified: December 1, 2008
|