> FedBizOpps Notices for January 5-9, 2009
This update contains summaries of procurement and contract award notices issued between January 5-9, 2009 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 SECURITY TECHNOLOGY
CERTIFICATION PROGRAM (ESTCP) (PRESOL)
SOL BAA-09-0003 DUE 030509 POC: Alandra Jones,
703-428-6551. POP: US Army Humphreys Engineer Center
Support Activity ATTN: CEHEC-CT, 7701 Telegraph Road
Alexandria VA 22315-3860. NAICS: 541712. The
Environmental Security Technology Certification Program
(ESTCP) is the Department of Defense (DoD) demonstration
and validation program for environmental technologies. The
ESTCP Office is interested in receiving pre-proposals for
innovative environmental technology demonstrations that
address DoD requirements as candidates for funding
beginning in Fiscal Year 2010. This notice constitutes a
Broad Agency Announcement (BAA) as contemplated in FAR
6.102(d)(2). Proposers should state in their pre-proposal that
it is submitted in response to this BAA. Readers should note
that this is an announcement to declare ESTCP's intent to
competitively fund demonstration and validation projects as
described in the ESTCP Program Announcement at
www.estcp.org/opportunities No request for proposals (RFP),
solicitation, or other announcement of this opportunity will be
made. Awards will take the form of contracts. Before preparing
a pre-proposal, potential proposers should read the
information provided in the Program Announcement for
details regarding the program's objectives, proposal
submission requirements, deadlines, and the evaluation of
proposals. ESTCP is seeking proposals for environmental
technologies in the following topics only: 1) Remediation of
Contaminated Groundwater; 2) In Situ Management of
Contaminated Sediments; 3) Characterization, Control, and
Treatment of Range Contamination; 4) Military Munitions
Detection, Discrimination, and Remediation; and 5) Energy
Efficiency and Renewable Energy for DoD Installations
Awardees under this BAA will be selected through a two-stage
review process. To be eligible for consideration, readers
wishing to respond to this announcement must submit a
pre-proposal in accordance with the Instructions on the web
site, no later than 4:00 PM Eastern Time on Thursday, March
5, 2009. It is strongly recommended that pre-proposals be
sent via overnight carrier or certified mail to document and
ensure receipt. Pre-proposals sent via fax or electronic mail
will be rejected. The cover page must be completed and
entered via the web site at https://sems.serdp-estcp.org in the
format specified in the Instructions. The pre-proposal review
step allows interested organizations to get initial Government
feedback on their technologies without incurring the expense
of a full proposal. A request for submission of a full proposal
does not indicate a decision has been made to make an
award for that work. The government will not pay for any costs
associated with the preparation of proposals, travel to present
oral presentations in support of the proposals, nor initial
preparation and submission of a project plan. Based upon
the pre-proposal evaluation by the Government, each of the
pre-proposal submitters will be notified as to whether the
Government encourages or does not encourage the
submission of a full proposal. Instructions for preparing a
full proposal will be provided at the time of notification. Based
on evaluation of the written full proposal, each proposal
submitter will be notified as to whether the Government
wishes to enter into negotiation for the award of a contract.
Offerors are advised that only the Contracting Officer is legally
authorized to commit the Government. Furthermore, ESTCP
reserves the right to select for award any, all, part, or none of the proposals received. There
is no commitment by ESTCP to make any contract awards, nor to be responsible for any
money expended by the offeror before contract award is made for a demonstration. Multiple
awards may be made to address a particular topic area. It is expected that awards totaling
approximately $3.0 million will result depending on availability of funds. For awards to be
made as contracts, evaluation shall include the extent of commitment in providing meaningful
subcontracting opportunities for small business, HUD Zone small business, small
disadvantaged business, woman owned small business concerns, historically black colleges
and universities, and minority institutions. The North American Industry Classification System
(NAICS) code is 541712 with the small business size standard of 500 employees. In addition,
contract proposals that exceed $550,000 submitted by all but small business concerns must
be accompanied by a Small, Small Disadvantaged and Woman-Owned, Small Business
Subcontracting Plan in accordance with FAR 52.219-9. The HECSA Small Business Office
web site at http://www.hecsa.usace.army.mil/hxsb/ provides information on how to prepare a
subcontracting plan, along with links to find small businesses to participate. The HECSA
point of contact for non-technical issues is Ms. Alandra Jones, 703-428-6551 and for the
subcontracting plan is Ms. Kimberli Gray, 703-428-7385. The point of contact for procedural
questions the ESTCP Office, 703-696-2127. For technical information regarding this
announcement, contact the individual listed within the topic area descriptions. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=8ab6b52353e3c2f34cabd2b7165e81b4&tab=core&_cview=0
Posted 01/07/09
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, US Army Humphreys
Engineer Center Support Activity, ATTN: CEHEC-CT, 7701 Telegraph Road, Alexandria, VA
22315-3860
PUBLICATION DATE: January 9, 2009
ISSUE: FBO-2601
IDIQ A&E GEOTECHNICAL & ENVIRONMENTAL SVCS (PRESOL)
SOL W911WN09R0004 DUE 020609 POC: Linda L. Bressler, 412-395-7508, E-MAIL:
linda.l.bressler@usace.army.mil ; James Costantino, 412-395-7474,
james.m.costantino@usace.army.mil NAICS: 541330. It is requested that any questions be
submitted by close of business 26 January 2009. The following questions have been
received and the answers are provided. Q1: I am interested in understanding the most
common lines of service under this contract. Would it be possible for you to provide me with
some description or overview of task orders that were issued under the previous version of
this contract? Al: All the information needed to submit a proposal is in the synopsis. Section
2, paragraph a and b defines the services that may be required by the District to perform
tasks in the Geotechnical or Environmental services areas. All proposals will be evaluated
based on meeting our requirements as stated in the synopsis. There is no Task Order
template for the services that may be requested, nor is there a percentage of work between
the Geotechnical and the Environmental services. The Task Orders are driven by District
needs such as a drilling exploration study, rock and soil anchor design, Phase I and Phase
II Environmental Site Assessments, etc. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=a4c9c9d1250aa61201fa2846ca00e313&tab=core&_cview=0
Posted 01/09/09
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, Pittsburgh District,
1000 Liberty Avenue, W.S. Moorhead Federal Building, 21st Floor, Pittsburgh, PA
15222-4186
PUBLICATION DATE: January 11, 2009
ISSUE: FBO-2603
ENVIRONMENTAL REMEDIATION SERVICES (SRCSGT)
SOL N6247309R2606 DUE 012209 POC: Elia Ram, Contract Specialist, (619) 532-3074.
NAICS: 562910. Sources Sought (SS) Announcement: Naval Facilities Engineering
Command (NAVFAC) Southwest is seeking potentially qualified small business sources with
current relevant qualifications, experience, personnel, and capability to perform
environmental remediation services at various locations in Alaska, Arizona, California, New
Mexico, Nevada, Oregon, Utah, Colorado, Washington, and US Trust Territories (i.e. Puerto
Rico and Guam). The sites will consist of those ranked on the Superfund National Priority
List (NPL) as well as non-NPL sites regulated under Comprehensive Environmental
Response, Compensation, and Liability Act (CERCLA), Resource Conservation and
Recovery Act (RCRA), Underground Storage Tanks (UST), Military Munitions Response
Program (MMRP), State environmental regulatory programs and other sites, which might
require remedial actions. Requirements will focus primarily on environmental restoration
projects but could involve other environmental work such as compliance projects. The
estimated contra! ct value is $100,000,000. The North American Industry Classification
System (NAICS) Code is 562910 - Remediation Services, and the Small Business Size
Standard is 500 employees. The government will use responses to this Sources Sought
Synopsis to make appropriate acquisition decisions. If, after review of the responses to this
sources sought synopsis, the government still plans to proceed with the acquisition, a
Solicitation Announcement will be published to the Navy Electronic Commerce On-line
(NECO) system. This is not a solicitation announcement for proposals and no contract will
be awarded directly from just this Sources Sought announcement. 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 for requesting a
bid package for solicitation, because there is no bid package 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 (POC) will not be given
and no appointments for presentations will be made. SUBMISSION REQUIREMENTS:
Responses shall not exceed fifteen (15) pages- Two sided pages count as two sheets.
Respondents shall provide information related to contracts where the respondent was the
prime contractor and performed all services in the specified locations, including US Trust
territories. All capability information shall include: Contract number; customer (DOD agency,
other government agency); contracting officer's representative (COR) name, telephone and
fax numbers; contract value and type of contract; period of performance; and description and
location of product/services. Interested sources are invited to respond to this sources sought
announcement by providing, at a MINIMUM, the following: 1) Financial Capability: Provide
financial statement showing capability to manage a contract with an estimated value
$100,000,000 or higher; 2) Past Performance: Provide a brief description of the firm's history
relevant to environmental remediation services. Each project shall include the location of the
work performed, contract numbers, points of contact, and telephone numbers. Projects shall
be greater than or equal to $500,000; 3) Experience: Provide a brief description of the firm's
current projects relevant to environmental remediation services similar to the contract scope
work; 4) Key Personnel: Provide key personnel and their experience and professional
qualifications to perform the services listed above, and include experience in US Trust
territories. List only the team members who actually will perform major tasks under the
contemplated contract work scope and their qualifications, which should reflect the
individual's potential contributions to the contract. 5) Certification: Provide a copy of any and
all certification by the Small Business Association (SBA): 8(a), hubzone small business,
service-disabled veteran small business, small business, small disadvantaged business,
women-owned small business, and veteran-owned small business. (Copies of SBA
Certifications are not counted in the fifteen (15)-page limit). Three (3) page cover sheet
must include the firm's status and size of the business, relative to the NAICS code 562910.
Company name, address, point of contact, telephone number, fax numbers, and e-mail
address. Provide a short description of the firm's history including years in business, number
of employees, and main disciplines of the firm. Determine if the firm is submitting as: a) other
joint venture relationship, b) team- with the prime and subcontractors, or c) 8(a) mentor
Protege joint venture. Provide financial capability and a brief description of the firm's ability
to perform environmental remediation services located in Alaska, Arizona, California, New
Mexico, Nevada, Oregon, Utah, Colorado, Washington, and US Trust Territories (i.e. Puerto
Rico and Guam). Describe ability to meet all security clearance(s) requirements for access
to military property/sites/installations. (This information will be counted part of the fifteen
(15)-page limit.) CONTRACT SCOPE OF WORK: The Contractor shall provide the
personnel, equipment, materials, and management to respond to multiple requests for
environmental support at various sites. These services may include actions, but will not be
limited to, the following: Performing remedial actions, removal actions, remedial design,
operation and maintenance at environmentally contaminated sites, performing pilot and
treatability studies, other related activities associated with achieving remedial action
objectives at sites, and developing work plans. SUBMITTAL PACKAGE REQUIREMENTS:
Original, one (1) copy, and one (1) electronic copy on a CD (in MS Word and/or Excel
format). Emailed submittals will not be accepted. Submittals must be received before 2:00
P.M. Pacific Standard Time (PST) on Thursday, 23 January 2009. Submittal mailing and
physical address: Naval Facilities Engineering Command SouthwestEnvironmental Core
Contracts Office,Mail Code: AQE.ERAttn: Elia RamBldg.127, Room 1081220 Pacific
HighwaySan Diego, CA 92132-5190 SUBMITTAL INQUIRY POC's:Elia Ram, Contract
Specialist (619) 532-3074Beatrice Appling, Contracting Officer (619) 532-1620 CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=a55ccec110da3162a1ecce30d7ec34b2&tab=core&_cview=0
Posted 01/08/09
SPONSOR: Department of the Navy, Naval Facilities Engineering Command, NAVFAC
Southwest, Environmental Contracts CORE, N62473, Code RAQE0 1220 Pacific Highway
San Diego, CA
PUBLICATION DATE: January 10, 2009
ISSUE: FBO-2602
REMOVAL OF DISPOSAL HAZARDOUS WASTE (PRESOL)
SOL VA-258-09-RP-0027 DUE 020509 POC: Pat Amidon, E-MAIL: patti.amidon@va.gov ;
Helen Thomas. POP: 1501 San Pedro SE 87108. NAICS: 562112. The Raymond G.
Murphy VA Medical Center (RGMVAC), Albuquerque, NM 87108, intends to award an
Indefinite Delivery, Indefinite Quantity (IDIQ) Contract for Regulated Medical Waste
Services for RGMVAC, Albuquerque, NM 87108, and seven (7) Based Outpatient Clinic
(CBOC) located in New Mexico in accordance with Federal Acquisition Regulation Parts 12
and 15 as a result of this solicitation. Term of Contract will be for a one-year Base Period
beginning 1 April, 2009 through 31 March, 2010, and consist of four one-year Option
Periods, if exercised by the Government. Solicitation will be available on or about 1/9/09
and due on 2/5/09 at 2:00 p.m.MST. There will be a pre-proposal walk thru site visit on
1/20/09 at 10:30 a.m. Potential offers will meet at Bldg 56 - Contracting/Project Building
located on south side of campus by Bldg 46. All questions regarding the solicitation must be
submitted in writing via e-mail. No phone calls will be responded to. This is a 100% set
aside for service disabled veteran owned businesses only. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=c3ee57b5908feb11555f8248c3343aa3&tab=core&_cview=0
Posted 01/07/09
SPONSOR: Department of Veterans Affairs, VA New Mexico Health Care System
PUBLICATION DATE: January 9, 2009
ISSUE: FBO-2601
WORLDWIDE ENVIRONMENTAL REMEDIATION SERVICES (WERS) (MOD)
SOL W912DY08R0017 DUE 022009 POC: Paul Daugherty, 256-895-1456. POP: US Army
Corps of Engineers, Huntsville P. O. Box 1600, Huntsville AL 35807-4301. NAICS: 562910.
The U.S. Army Engineering and Support Center, Huntsville is soliciting proposals on an
unrestricted, full & open, competitive basis for Worldwide Environmental Remediation
Services (WERS) under RFP W912DY-08-R-0017. In order to accomplish this mission, the
Ordnance and Explosives program proposes to award multiple Indefinite Delivery/Indefinite
Quantity (ID/IQ) contracts, under which task orders will be either firm-fixed price (FFP),
cost-plus-fixed-fee completion form (CPFF-CF), FFP-Level of Effort (FP LOE),
cost-plus-fixed-fee term form (CPFF-CF), or any combination of thereof. The awarded
contracts will share a programmatic capacity of $945 Million. The period of performance is
two years with 3 one-year renewal options. The RFP will be available for download from
www.fedbizopps.gov on 07 January 2009. Proposals are due 20 February 2009. WERS will
support the Military Munitions Response Program (MMRP), the Hazardous, Toxic, and
Radiological Waste (HTRW) Program, clean up of Formerly Used Defense Sites (FUDS) and
Base Realignment and Closure (BRAC). WERS will also support overseas operations,
including, but not limited to, operations in Iraq. The Offeror(s) must be capable of performing
Conventional Munitions Responses, Recovered Chemical Warfare Materiel (RCWM)
Munitions Responses, other munitions-related services, and Hazardous, Toxic, and
Radioactive Waste (HTRW) Responses, all as necessary to permit lands and waters to be
safely and efficiently used for their intended purpose, to include (but not limited to): Air
monitoring; Blast effects engineering analysis; Case studies and associated reports;
Construction support; Educational training and other institutional controls; Environmental
Documentation (EA and EIS); Environmental Master Planning; Environmental Management
Systems (EMS); Engineering evaluations; Engineering support and/or design Engineering
management; Environmental Quality and Compliance Planning; Feasibility studies;
Geographical Information Systems (GIS). Geophysical mapping and data management;
Government property management and control; Long term management; Monitoring (short
and long term); Operations and Maintenance (short and long term); Other Incidental
Architectural/Engineering services; Permitting; Remedial investigations; Remedial or removal
actions; Restoration and advisory board or public meeting support; Sampling and analysis
Site investigations or inspections; Site security; Additionally work will include clean up of
Munitions and Explosives of Concern (MEC) or other munitions related operations - to
include: Ammunition depot operations and management; Booby trap clearances; Demining
operations; Disablement of unconventional warfare explosive devices; Post-Battlefield
munitions clearance; Range and debris clearance; Overseas operations to include the above
as well as Logistical support and Security operations for personnel, materials and equipment
in dangerous areas or combat zones; Offerors must be able to perform all aspects of MMRP
and HTRW. All specified services may occur at sites located in the Continental United States
(CONUS) and outside CONUS (OCONUS), to include combat zones at which MEC or other
munitions were previously or are currently stored, evaluated, treated, disposed of, or used for
military training and operations. All Offerors must be able to work CONUS, OCONUS and in
combat theaters. Offerors must be able to provide all labor, materials, facilities and
equipment for performance of all work identified in individual task orders; be cognizant of all
applicable laws, regulations and guidance associated with the work being accomplished, and
ensuring that all work activities performed by contractor personnel, sub-contractors and
suppliers is executed as required by the applicable laws and regulations. A pre-proposal
conference is planned on/about 22 January 2009 in Huntsville, AL. When preparations for the
conference are finalized, the final date, time, and location will be posted via modification of
this announcement. The RFP will be available for download from www.fedbizopps.gov on 07
January 2009. Proposals are due 20 February 2009. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=c0c067e3deb5ea04d4ad87129d46e6af&tab=core&_cview=0
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, US Army Corps of
Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
PUBLICATION DATE: January 9, 2009
ISSUE: FBO-2601
WORLDWIDE ENVIRONMENTAL REMEDIATION SERVICES - SMALL BUSINESS
SET-ASIDE (MOD)
SOL W912DY08R0016 DUE 022009 POC: Paul Daugherty, 256-895-1456. POP: US Army
Corps of Engineers, Huntsville P. O. Box 1600, Huntsville AL 35807-4301. NAICS: 562910.
The U.S. Army Engineering and Support Center, Huntsville is soliciting proposals on a
restricted competitive small-business set-aside basis for Worldwide Environmental
Remediation Services (WERS) under RFP W912DY-08-R-0016. In order to accomplish this
mission, the Ordnance and Explosives program proposes to award multiple Indefinite
Delivery/Indefinite Quantity (ID/IQ) contracts, under which task orders will be either firm-
fixed price (FFP), cost-plus-fixed-fee completion form (CPFF-CF), FFP-Level of Effort (FP
LOE), cost-plus-fixed-fee term form (CPFF-TF), or any combination of thereof. The
awarded contracts will share a programmatic capacity of $1.155 Billion. The period of
performance is two years with 3 one-year renewal options. The RFP will be available for
download from www.fedbizopps.gov on 07 January 2009. Proposals are due 20 February
2009. The applicable North American Industry Classification System (NAICS) code is
562910 remediation services. WERS will support the Military Munitions Response Program
(MMRP), the Hazardous, Toxic, and Radiological Waste (HTRW) Program, clean up of
Formerly Used Defense Sites (FUDS) and Base Realignment and Closure (BRAC). WERS
will also support overseas operations, including, but not limited to, operations in Iraq. The
Offeror(s) must be capable of performing Conventional Munitions Responses, Recovered
Chemical Warfare Materiel (RCWM) Munitions Responses, other munitions-related
services, and Hazardous, Toxic, and Radioactive Waste (HTRW) Responses, all as
necessary to permit lands and waters to be safely and efficiently used for their intended
purpose, to include (but not limited to): Air monitoring; Blast effects engineering analysis;
Case studies and associated reports; Construction support; Educational training and other
institutional controls; Environmental Documentation (EA and EIS); Environmental Master
Planning; Environmental Management Systems (EMS); Engineering evaluations;
Engineering support and/or design Engineering management; Environmental Quality and
Compliance Planning; Feasibility studies; Geographical Information Systems (GIS).
Geophysical mapping and data management; Government property management and
control; Long term management; Monitoring (short and long term); Operations and
Maintenance (short and long term); Other Incidental Architectural/Engineering services;
Permitting; Remedial investigations; Remedial or removal actions; Restoration and advisory
board or public meeting support; Sampling and analysis Site investigations or inspections;
Site security. Additionally work will include clean up of Munitions and Explosives of Concern
(MEC) or other munitions related operations - to include: Ammunition depot operations and
management; Booby trap clearances; Demining operations; Disablement of unconventional
warfare explosive devices; Post-Battlefield munitions clearance; Range and debris
clearance. Overseas operations to include the above as well as Logistical support and
Security operations for personnel, materials and equipment in dangerous areas or combat
zones; Offerors must be able to perform all aspects of MMRP and HTRW. All specified
services may occur at sites located in the Continental United States (CONUS) and outside
CONUS (OCONUS), to include combat zones at which MEC or other munitions were
previously or are currently stored, evaluated, treated, disposed of, or used for military
training and operations. All Offerors must be able to work CONUS, OCONUS and in
combat theaters. Offerors must be able to provide all labor, materials, facilities and
equipment for performance of all work identified in individual task orders; be cognizant of all
applicable laws, regulations and guidance associated with the work being accomplished,
and ensuring that all work activities performed by contractor personnel, sub-contractors and
suppliers is executed as required by the applicable laws and regulations. A pre-proposal
conference is planned on/about 22 January 2009 in Huntsville, AL. When preparations for
the conference are finalized, the final date, time, and location will be posted via modification
of this announcement. The RFP will be available for download from www.fedbizopps.gov
on 07 January 2009. Proposals are due 20 February 2009. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=113c8531e3f306e60d3076fb14acce36&tab=core&_cview=0
Posted 01/07/09
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, US Army Corps of
Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
PUBLICATION DATE: January 9, 2009
ISSUE: FBO-2601
IDIQ A&E GEOTECHNICAL & ENVIRONMENTAL SVCS (PRESOL)
SOL W911WN09R0004 DUE 020609 POC: Linda L. Bressler, 412-395-7508, E-MAIL:
linda.l.bressler@usace.army.mil ; James Costantino, 412-395-7474,
james.m.costantino@usace.army.mil NAICS: 541330. Contracting Office Address:
Pittsburgh District Contracting Branch, 1000 Liberty Avenue, W.S. Moorhead Federal
Building, Suite 2100, Pittsburgh, PA 15222-4186. Description 1. CONTRACT
INFORMATION: The U.S. Army Corps of Engineers (USACE) Pittsburgh District will
require an Indefinite Delivery Indefinite Quantity (IDIQ) Architect-Engineer (A-E) Contract
for Geotechnical, Environmental and related Services. This contract is being procured in
accordance with the Brooks A-E Act as implemented in FAR subpart 36.6. Selection of
firms for negotiation shall be made based on the demonstrated competence and
qualifications necessary for satisfactory performance in accordance with the specific
selection criteria listed in this announcement. The contract will be a maximum of five years
or $6,000,000, whichever occurs first. The contract will have a base period of performance
not to exceed one year with up to four additional one year option periods. An option period
may be exercised at the discretion of the Contracting Officer. Tasks will be directed by
individually issued Task Orders; individual task orders will not exceed $1,000,000. Also,
more than one Task Order may be issued concurrently. This announcement is
RESTRICTED/Set-aside for Small Business Concerns. 2. PROJECT INFORMATION:
Projects will be located within the geographical boundaries or mission assignments of the
USACE Great Lakes and Ohio River Division (LRD), which includes Buffalo, Chicago,
Detroit, Huntington, Louisville, Nashville and Pittsburgh Districts. The A-E Services to be
provided under this contract will be primarily Geotechnical, Environmental and Drilling to
support the Pittsburgh District's and other LRD Districts' missions to plan, design, construct,
operate and maintain navigation projects (locks and dams), and multi-purpose reservoirs
and dams, local flood protection projects, river basins, aquatic ecosystem restoration
(wetland construction and enhancement, acid mine drainage (AMD) mitigation, habitat
enhancement, urban stream restoration), water treatment and distribution facilities, waste
water and sewage treatment facilities, recreation and other facilities. The contract will
provide specific A-E design services for: (a) Geotechnical services including, but not limited
to, concrete mix design, concrete rehabilitation and inspection, stream bank erosion studies,
aggregate material investigations, geophysical studies, seismological studies, deep and
shallow foundation design analysis, rock and soil anchor design, material quantities and
cost estimates, geotechnical design analysis, slope stability analysis, seepage analysis,
geotechnical evaluations and reports, formulation of subsurface investigations, field
observations and site inspections, literature searches, determination of soil properties
(shear strength, compressibility, etc.), geotechnical computer programming and
instrumentation design and monitoring requirements. Geotechnical services also include
permitting activities such as development of erosion and sediment control plans and
National Pollutant Discharge Elimination System (NPDES) applications and design of
processes for compliance thereof. Specialized geotechnical services with respect to
construction applications include design of soil mix walls, slurry walls, tieback walls, anchor
walls, jet grouting and drilled shafts, in addition to providing engineering support during
construction. (b) Environmental services including, but not limited to, all studies and related
documentation to comply with federal environmental and cultural resource statutes,
executive orders and policies, their implementing regulations and Corps of Engineers'
policy. This work will include interpretations and recommendations regarding compliance
with environmental and cultural resource law and regulations; performance of fish and
wildlife studies; archaeological and historic preservation studies; Hazardous, Toxic and
Radioactive Waste (HTRW) studies; Risk Assessments; Phase I and Phase II
Environmental Site Assessments; and investigations involving environmental soil
sampling, sediment sampling, ground and surface water sampling, site characterization
and analysis of laboratory and field investigations. It also includes conducting studies and
developing reports pertaining to flood control, navigation, flood insurance, ecosystem
restoration, and related studies to include economic, recreation, land u se, and other water
resource issues. (c) Drilling services may involve, but are not limited to, drilling on land,
dam galleries, dam tunnels, and floating plant on rivers and other intercoastal waters.
Drilling services include drilling, sampling, field testing, laboratory testing and installation of
instrumentation, monitoring wells and dewatering wells, HTRW (environmental) drilling and
sampling, test pit excavation, Menard pressure meter testing, hydraulic pressure testing
using packers, laboratory testing of soils, rock and HTRW samples. Work shall be
accomplished in full compliance with federal, state and local regulations, established
USACE manuals, policies, standards and practices, and other professional practices and
standards as necessitated by project conditions and job requirements. 3. SELECTION
CRITERIA: The selection criteria are listed below in descending order of importance (first
by primary criterion and then by each secondary). Criteria (a) through (e) are primary.
Criteria (f) through (h) are secondary and will only be used as "tie-breakers" among
technically equal firms. Primary: (a) Specialized Experience and Technical Competence:
The firm (the firm shall be considered the prime firm and all subcontractor(s)) and its staff
will be evaluated with respect to (a) geotechnical services, (b) environmental and cultural
services, and (c) drilling services as identified in Section 2, PROJECT INFORMATION. In
addition, the firm shall be evaluated based on demonstrated experience involving project
team working relationships in: (1) using innovative design concepts/engineering practices
and state-of-the-art technologies; (2) conducting studies and designing projects within
constrained schedules and funding limitations; and (3) producing and delivering CADD
drawings in a format fully compatible with MicroStation Version 8.5 or later. Drawing
standard shall conform to the CADD/GIS Technology Center o A/E/C CADD Standards
Release 2 (http://tsc.wes.army.mil). Firms are required to demonstrate compatibility by
submitting relevant CADD (MicroStation Ver 8.5) drawing samples on CD-ROM. Data for
all submissions shall be provided in both, hard-copy and electronic format. All electronic
data files will be delivered via compact disc-read only memory (CD-ROM) or as specified
by the District. In addition, the firm shall specifically demonstrate in Section H, Block 30 of
the SF 330 the ability to furnish, on schedule, and utilize the following minimum amount
and type of drilling equipment: (i) one skid-mounted core drill rig having minimum power
rating of 40HP and NW rotary drilling capability to 200 feet. The drill rig shall have a base
width less than 54 inches and gross weight less than 5,000 pounds. (ii) three truck-
mounted core drill rigs having minimum torque output of 5,500 ft-lbs and NW rotary drilling
capability to 500 feet. (iii) one small track-mounted core drill rig having minimum torque
output of 2,500 ft-lbs and NW rotary drilling capability to 400 feet. The drill rig shall have a
base width less than 72 inches and gross weight less than 12,000 pounds. (iv) one track or
rubber-tire all terrain vehicle (ATV) mounted core drill rig having minimum torque output of
5,500 ft-lbs and NW rotary drilling capability to 500 feet. (v) one portable air driven drill rig
suitable for tunnel and gallery drilling and capable of advancing holes with or without
sample recovery to depths of 100 feet. (b) Professional qualifications of the lead project
management and technical personnel to be assigned to the contract team and perform the
required services as listed in Section 2, PROJECT INFORMATION. The lead designer in
each discipline must be registered to practice in the appropriate professional field. The
evaluation of professional qualifications will consider: (1) education (2) training and
certifications (3) professional registration (4) overall and relevant experience (5) longevity
with the firm. The firm must staff necessary Registered/Licensed Engineers, Geologists,
Architects, Landscape Architects, and Surveyors having professional qualifications and
specialized experience to perform and/or oversee that all work is accomplished as required
by law and professional engineering, architectural, estimating, scheduling and surveying
practices. The firm should indicate professional registrations/licenses, certificates from
commercial organizations, professional recognition, professional associations, publications,
advanced training, and specific work experience of lead personnel for each major discipline.
(c) Past Performance on contracts with Government agencies and private industry in terms
of project management, cost control, quality of work and compliance with performance
schedules. ACASS will be used as the primary source for information on past performance.
Performance evaluations for significant subcontractors will also be considered. (d) Capacity
of the firm to accomplish the anticipated work in an efficient manner. The evaluation will
consider the experience of the firm in similarly sized projects, and the size and qualifications
of the firm's staff in the required disciplines, and any significant equipment (to include
specialized hardware and/or software) currently possessed and used by the firm. The firm
must demonstrate capability of responding to multiple task orders concurrently and within
specified performance periods. (e) Knowledge of Locality. The firm shall have knowledge
of the geological features, climatic conditions or local construction methods that are
unusual or unique to the Pittsburgh District and the Great Lakes and Ohio River Division.
Secondary: (f) Extent of participation of Small Business, Small Disadvantaged Business,
HUBZone small businesses, women-owned businesses, service-disabled veteran-owned
small businesses, historically black colleges and universities, and minority institutions in
the proposed contract team, measured as a percentage of the total estimated effort. (g)
Location of the firm in the general geographic area of the Pittsburgh District. (h) Volume of
work awarded to the primary firm by DoD during the previous 12 months. 4. SUBMISSION
REQUIREMENTS: Firms responding to this announcement before the closing date will be
considered for selection, subject to any limitations indicated, specialized technical expertise
or other requirements listed. Interested firms having the capabilities to perform this work
must submit five (5) current complete Standard Form 330s (SF 330,REV. 6/2004),
Architect-Engineer and Related Services Qualifications, Part I and Part II, and any
supplemental data, which document the firm's qualifications. The entire SF 330s
qualifications package is limited to 125 (8.5mx11m) pages excluding sample CADD
compatibility CD ROM). Section H, Block 30 of the SF 330 shall include a discussion/
specific examples of why the firm is especially qualified based upon the specific selection
criteria listed in Section 3, SELECTION CRITERIA. Front and back side use of a single
page will count as 2 pages. Use font size no smaller than 12 point. Pages in excess of the
maximum listed above will be discarded and not used in the evaluation of the proposal
under the selection criteria. Firms must submit a detailed quality control plan with their
proposal that outlines specific quality control procedures for this contract and specifically
addresses quality control procedures between the prime firm and any subcontractors.
Firms must also submit a list of all significant equipment and software, including email and
File Transfer Protocol (FTP) capabilities that are to be used on this contract. Firms shall
include their ACASS DUNS Number in the SF 330 Part II, Block 4 for the firm and all
sub-contractors, this information will be used for past performance purposes under the
SELECTION CRITERIA. All firms submitting must be registered with the Central Contractor
Registration (CCR); registration can be completed on-line at http://www.ccr.com.
Representations and Certifications must be completed electronically via the Online
Representations and Certifications Application (ORCA) website at http://orca.bpn.gov within
the last 12 months. No other general notification to firms under consideration for this work
will be made, and no further action is required. Personal visits to the Pittsburgh District
office will not be scheduled. For SF330s being submitted by Express Mail, the delivery
address is: US Army Corps of Engineers, ATTN: Linda L. Bressler, 1000 Liberty Avenue,
Pittsburgh, PA 15222. Contract Specialist for this requirement is: Linda L. Bressler,
Linda.L.Bressler@usace.army.mil , Phone 412-395-7508. Firms that hand carry their
submission are to deliver the package to the 21st floor, Room 2116. Interested firms must
provide submittals to the above address not later than 2:00 PM Eastern Standard Time on
(30 days from posting of this advertisement). Submittals after this date and time will not be
considered. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=a8428d6370d0801d45a3f4c4e674d544&tab=core&_cview=0
Posted 01/07/09
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, 1000 Liberty Avenue,
W.S. Moorhead Federal Building, 21st Floor, Pittsburgh, PA 15222-4186
PUBLICATION DATE: January 9, 2009
ISSUE: FBO-2601
MEXICO - CFE ENVIRONMENTAL REMEDIATION TECHNICAL ASSISTANCE (MOD)
SOL 200751020C DUE 021109 POC: John Kusnierek, (703) 875-4357, E-MAIL:
jkusnierek@ustda.gov NAICS: 541690. Modification/Amendment Synopsis: Reference is
made to the December 19, 2008 announcement, reference number 200751020C, inviting
submission of qualifications and proposal data for the Mexico - CFE Environmental
Remediation Technical Assistance. This is to notify interested U.S. firms of the following
request/response for clarification to the Mexico - CFE Environmental Remediation
Technical Assistance. Request for Clarification - If awarded this contract, would it conflict
our company from actually doing the remediation or decommissioning activities as
recommended? Response - No. CFE does not have restrictions on service providers
(consultants) providing associated services derived from studies. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=cff3c98c33b22462ed0c1fb28eff515c&tab=core&_cview=0
Posted 01/07/09
SPONSOR: United States Trade and Development Agency, C/O US TDA 1000 Wilson
Boulevard, Suite 1600, Arlington, VA 22209-3901
PUBLICATION DATE: January 9, 2009
ISSUE: FBO-2601
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. Posted 06 January 2009: Revised anticipated release of the ECOS09 RFP date is
hereby changed to on or about 29 January 2009. The Government anticipates releasing the
RFP on or about 29 January 2009. Additional notices on any delays for the RFP release will
be posted as needed. 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 listed above.
Note: Only small business firms can register on the ECOS09 website as interested primes.
CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=2e1a0d51bd4824f9e1b23c02be9a9815&tab=core&_cview=0
Posted 01/06/09
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: January 8, 2009
ISSUE: FBO-2600
SERVICE FOR WATER, ASBESTOS, GROUNDWATER HAZARDOUS WASTE
ANALYSIS, SAMPLING & PICK-UP (PRESOL)
SOL VA-262-09-RQ-0103JM DUE 011609 POC: Jesse Moreno, 562-826-5539. POP: VA
Greater Los Angeles Healthcare System;11301 Wilshire Blvd.;Los Angeles, CA 90073.
NAICS: 562211. The VA Network 22 Logistics Office seeks small business vendors
interested in providing a quote for a firm, fixed-price contract (Commercial Item FAR Par 12)
to provide Quality Water Analysis Services for the Department of Veterans Affairs Greater
Los Angeles Healthcare System, located at 11301 Wilshire Blvd., Los Angeles, CA 90073.
Contractor shall provide quality water analysis (Cyanide/General minerals &
inorganics/Synthetic organics contaminants/Haloacidic acids/Bromate/Chlorite/Coliform),
Asbestos analysis, hazardous waste pick-up and analysis, wastewater analysis and
groundwater analysis. In addition the Contractor shall provide drinking water analysis, field
sampling and sample pick-up, in accordance with all Federal (EPA), state and local laws
and policy guidelines. Period of performance shall be for one year after award. Information
received shall be considered solely for the purpose of determining whether to conduct a
competitive procurement in the future. No solicitation document exists and no telephone
inquiries shall be accepted. Information can be sent to the Department of Veterans Affairs,
Network 22 Logistics Office, Attn: Jesse Moreno, 5901 E. 7th Street, Bldg. 149, Long
Beach, CA 90822 or via fax 562-826-8067. Fax submissions must be followed-up with a
confirmation to the Purchasing Agent via email at jesse.moreno@va.gov. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=0691e29dcaf83e3fcf5a70999371bde9&tab=core&_cview=0
Posted 01/06/09
SPONSOR: Department of Veterans Affairs, Long Beach VANLO, Department of Veterans
Affairs, Department of Veterans Affairs; Network 22 Logistics Office; 5901 E. 7th Street;
Long Beach CA 90822
PUBLICATION DATE: January 8, 2009
ISSUE: FBO-2600
SMALL BUSINESS MULTIPLE AWARD MILITARY MUNITIONS SERVICES
CONTRACTS (MAMMS)FOR MILITARY MUNITIONS (MM) & ENVIRONMENTAL
REMEDIATION SERVICES. CONTRACTS HAVE A COMBINED TOTAL CAPACITY
OF $120,000,000 (AWARD)
SOL W912DR08R0002 DUE 070908 POC: Jeffrey May, (410) 962-5617. CNT
W912DR09D0007-0012 AMT 120,000,000 LINE 0001 DTD 121908 TO:
W912DR-09-D-0008-Cabrera OER, LLC, East Hartford, CT 06118;
W912DR-09-D-0009-LATA-Matrix Environmental and Munitions Services, LLC,
Albuquerque, NM 87110; W912DR-09-D-0010-Advent Environmental, Inc. Mt. Pleasant,
SC 29464; W912DR-09-D-0011-FPM Remediations, Inc.,Rome, NY 13441;
W912DR-09-D-0012-Earth Resources Technology, Inc.Annapolis Junction, MD 20701.
NAICS: 562910. No Description Provided. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=56e977973e37e654dde511b594203e2d&tab=core&_cview=0
Posted 01/10/09
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, US Army Corps of
Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
PUBLICATION DATE: January 12, 2009
ISSUE: FBO-2604
> FedBizOpps Notices for December 29, 2008-January 2, 2009
This update contains summaries of procurement and contract award notices issued between December 29, 2008-January 2, 2009 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.
EPA OSC TRAINING - SAN DIEGO, FEB 5 - 13, 2009
(PRESOL)
SOL RFQ-DC-09-00087 DUE 010809 POC: Eric
Schermerhorn, Purchasing Agent, (202) 564-6095. NAICS
Code: 721110. EPA 2009 On Scene Coordinators (OSC)
Conference Facility Requirements Background/Purpose: EPA
plans to obtain lodging and training facilities for the 2009 OSC
Training Conference and EPA TSP Training and is accepting
quotes for lodging and training support. The Purpose of the
training conference is a week-long annual training event where
Superfund On-Scene Coordinators and their management
choose from a variety of courses and workshops and attend
training to establish an individual development path. It is
anticipated that more than 500 EPA, State, Tribal, and other
Federal Agencies from all over the United States will
participate in this conference. EPA has selected downtown
San Diego, CA as the proposed location for the dates of
February 5-13, 2009. No alternate dates or locations will be
considered. Location and ease to public transportation and air
and train transportation will be considered as part of condition
and best value. The Government is soliciting quotations under
Federal Acquisition Regulations (FAR) Part 12 - Acquisition of
Commercial Items, in conjunction with FAR Part 13, Simplified
Acquisition Procedures. Quotations are due no later than 2:00
pm, January 8, 2009. Quotes must be submitted to the
Contracting Officer via e-mail to schermerhorn.eric@epa.gov
or faxed to Eric Schermerhorn at (202) 565-2557. In order to
be considered eligible for award of a Purchase Order, the
offeror must be registered in the Central Contractor Registry
at www.ccr.gov Instructions for Submitting a Quote and
Evaluation Criteria Hotels or facilities interested in providing
these services should submit a quote, including a narrative
that addresses the offeror's capability to provide all technical
aspects of this RFQ and Statement of Work, in addition to the
required pricing information. Quotes will only be accepted from
hotels or facilities able to provide the required services.
Quotes will not be accepted from third parties. Quotes will only
be accepted if submitted by General or Assistant Management
titled employees of proposing facility, with signature authority
for the facility. Any Technical Questions must be submitted to
EPA by 2:00 pm, January 5, 2009. Responses to technical
questions will be provided by e-mail to all prospective offerors
who have been in contact with the EPA Contract Officer listed
below. Quotations should be submitted electronically to:
schermerhorn.eric@epa.gov EPA will make a Best Value
Judgment Based on Quotes and Facilities. The specifications
to be addressed and included in all proposals are as follows:
1) Sleeping Rooms Sleeping Rooms for up to 475 people in
one property peak. The group will procure approximately
1800 sleeping room nights via government purchase order
and the remainder will be paid by individual guests. All rooms
must be at the government- per diem rate or less. Room block
quantity by date: DAY #DAYDate Block Size1: Thur 02/05/09 -
52 -- Fri 02/06/09 - 153 -- Sat 02/07/09 - 504 -- Sun 02/08/09 -
4755 -- Mon 02/09/09 - 4756 -- Tues 02/10/09 - 4757 -- Wed
02/11/09 - 4758 -- Thur 02/12/094 - 759 -- Fri 02/13/09 - 5510 -- Sat 02/14/09 - 3011 -- Mon
01/26/09 - 9012 -- Tues 01/27/09 - 9013 -- Wed 01/28/09 - 9014 -- Thur 01/29/ 09 - 90. 2)
Training Support: In addition to sleeping rooms, the purchase order will procure meeting
classroom space, audio visual support, refreshments, and box handling as a lot. Estimated
maximum requirements include: A) One plenary room large enough for 420 in banquet
rounds, raised platform for speakers at head table, and a/v with front projection. Plenary will
be in use at the following times: Day #5 Mon, 07:00-10:30Day #5 Mon, 12:00-13:00
(Luncheon)Day # 6 Tues, 07:00-09:00Day #7 Wed, 07:00-09:00Day #7 Wed, 12:00-13:30
(Luncheon)Day # 8 Thur, 07:00-09:00Day #9 Fri, 07:00-12:30 All other times this space may
be utilized for classrooms, if needed, to meet classroom requirements listed below. B)
Classrooms to be utilized Monday -Friday, and must be available 07:00-18:00. All will require
space for AV, including flip-charts, LCD projectors and screens. Room/Number of
Occupants/Set Up/Hours Mon- Thurs:1.70 Classroom style - 07:00-17:30 -- 2.70 Classroom
style 09:00-17:30 -- 3.70 Classroom style - 07:00-17:30 -- 4.65 Classroom style -
09:00-17:30 -- 5.65 Classroom style - 07:00-17:30 -- 6.55 Classroom style - 09:00-17:30 --
7.55 Classroom style - 07:00-17:30 -- 8.40 Classroom style - 09:00-17:30 -- 9.25 Classroom
style - 07:00-17:30 -- 10.25 Classroom style - 07:00-17:30. C) In addition to the above space,
the following is required: 1.Two securable work rooms for conference and training support
staff and equipment, on reserve 24 hours days #1-9 with a minimum 600 square feet each.
They must be close proximity to classrooms. Materials will arrive via overnight carrier
beginning the Wednesday before the beginning of the conference. Room or rooms should be
set up with approximately 10 un-skirted eight-foot tables, securable and on 24 hour hold for
staging, and distribution of over 300 copy paper-size boxes of training materials and 20
laptop computers. Materials will arrive no sooner than Jan 29, 2008.2. One speaker-ready
room. On reserve 24 hours, Days 4-8. Proximity to other meeting space is not a concern for
this space.3.Centrally located conference registration area for Days 4-9.4.Hospitality Suite
style meeting and networking space for break out sessions is required on 24 hour hold.
(Traditionally has been a hospitality style suite that can accommodate up to 40 in a social
setting)5.One meeting room to accommodate 40 participants U-Shape conference table
arrangement with a gallery of 25 additional chairs for observers along with standard A/V
services, throughout the week, days #5-8, available 07:30 -20:00.6.One meeting room to
accommodate 25 participants in a conference table arrangement with a gallery of 10
additional chairs for observers along with standard AV services, throughout the week, days
#5-9, available 07:30 -20:00.7.One meeting room to accommodate 25 participants in a U -
shape table arrangement along with standard AV services, throughout the week, days
#12-14, available 08:30 -20:00.8.One meeting room to accommodate 25 participants in a
U-shape table arrangement along with standard AV services, throughout the week, days
#12-14, available 08:30 -20:00.9.Exhibit / Poster Area (2500 sq. ft) with multiple power
outlets. This area must be located so that it also can be used as the coffee break area for
classrooms listed above and must be on reserve 24 hours, day #4-8. This is not a
commercial "trade show" style exhibit area.10.One of the meeting rooms must serve as a
"laboratory classroom" for 50 participants; seated classroom style, with plenty of ventilation
for an environmental chemistry class. Traditionally, other facilities have used a classroom
setting in an open but covered area, such as a gazebo, poolside, a meeting room with
windows or several doors that open for ventilation, a parking garage, and even a large tent
with ventilation.11.Daily morning, mid morning, and afternoon break refreshments will be
procured for each day. Breaks will consist of juices, coffees, teas, and customary a.m. style
snacks in the mornings; and sodas, coffees, teas, water, and p.m. style snacks in the
afternoons. The majority of participants will be lodging in house therefore, guarantee
numbers for breaks will mirror room block numbers for the previous night. Plenary and
pre-function areas are used for most breaks, estimated times and maximum guarantees
are 07:00- 08:00 morning buffet, 10:00 a.m. coffee /sodas, and 3 p.m. snack/ coffee and
soda break (each for 420), daily (Mon-Thurs). It can be expected that the budget for all daily
breaks will not exceed $48 per person, including gratuities. Proposals must include bids
and proposed menus for each of these events based on these anticipated quantities.
2.Two buffet working lunches will be served Monday and Wednesday of the conference
week for 400 persons. It can be expected that the budget for these lunches will not exceed
$32 per individual including gratuities. Proposals will include bids and proposed menus for
each of these events based on these anticipated quantities.13.Six of the twelve meeting
rooms must be available on 24-hour hold for day and evening sessions. 14.All meeting
rooms must be in close proximity to the registration area.15.Meeting rooms must have
adequate sound proofing to avoid disruption of training classes by other facility
activities.16.Meeting rooms will be ADA compliant. 17.Meeting rooms must have
controllable lighting and room darkening so that training materials and AV equipment are
easily viewable.18.A controlled access parking lot for heavy equipment exhibits (e.g. Fire
trucks and RVs that are mobile labs or command posts (approx. 25,000 sq. ft) is
required19.Hotel must be a FEMA approved facility.20.Nearby controlled area for outdoor
training activities of at least 18,000 sq feet.21.A complete list of available audiovisual
equipment and prices should accompany the proposal for costing purposes. 22.The
agenda for the event will be provided to the selected facility 3 weeks before the starting
date.23.When submitting a proposal, please state the distance to San Diego Airport, and
shuttle and taxi costs. 24.Most participants will check in the Sunday prior to the conference
and check out the last day of the conference (Friday). Approximately 70 participants choose
to extend their stay at their own expense but at the same rate for up to 3 days prior to or
following the conference. Availability of these shoulder dates and rates will be a
consideration.25.The Federal Government is exempt from paying taxes. The tax-exempt
number is 52-085-2695. If your state or municipality has any taxes or fees that you consider
the Federal Government not exempt. You must identify them and include them in your
proposal. 26.Bids for Lodging, Meeting Room Space, and Food and Beverage, Box Fees,
and Audio Visual rentals must include all taxes and surcharges, and fees. If a charge is not
identified for comparison to other bids in advance it will not be authorized.27.No
construction or maintenance that causes noise, fumes, or interruption of facilities or
services or disruption of training events will be allowed during the event. Proposals and
contracts must indicate compliance with this requirement.28.Alternative dates will not be
considered. Alternate locations will not be considered.29.Other factors that will be
considered include: "Proximity to public transportation, Cost of parking, Restaurants and
other attractions nearby" Columns or other obstructions that restrict vision or set up of
training rooms are a negative factor."Restrooms convenient to the meeting rooms"Other
noisy/disrupting events scheduled at same facility"Lodging and Training Facilities under
one-roof"Facility dedication to supporting EPA event (other large events that may compete
for priority or staff attention must be identified) Event history includes: Galveston Hilton and
San Luis Resort, November 17-21, 1997San Diego Mission Valley Hilton, November 16-20,
1998, Hyatt Regency Westshore Tampa, November 15 -19, 1999Embassy Suites Phoenix
North, November 13 -17, 2000 Hyatt Regency Tampa April 8-12, 2002 (delayed from 11/01
because of 9/11/01)Embassy Suites Phoenix North, November 18-22, 2002Radisson
Deauville San Diego Beach, November 17-21, 2003Embassy Suites Phoenix North,
November 15-19, 2004 Westin LAX, July 10-14, 2006 (delayed from 11/05 because of
Katrina and Rita) Deauville Resort Miami Beach, February 12-16, 2007Holiday Inn on the
Bay, February 4-7, 2008 Please provide the following prices, including all fees charged:
Lodging Rate per Room: Resort or other fees, per room per night: Local occupancy or other
taxes that are charged, per room per night: Total Lodging Cost for 1800 Room Nights: Total
price for Meeting Room Rental, Breaks, and Meals as Described in SOW: Box Fees per
box: Parking per vehicle per night:Daily Rate for Guest room access to Internet: Other
Charges: Distance to SAN: One Way Shuttle to SAN: One Way Taxi to SAN: Fitness
Center or Resort Fees: Other Considerations: In accordance with EPA's Green Meetings
and Conferences rule 1552.223-71, EPA will consider the environmentally preferable
measures and practices used by meeting and conference facilities. Accordingly, all offerors
shall answer the below list of questions as a component of this Request For Quotes. EPA
GREEN MEETINGS AND CONFERENCES(a) The mission of the EPA is to protect human
health and the environment. We expect that all Agency meetings and conferences will be
staged using as many environmentally preferable measures as possible. Environmentally
preferable means products or services that have a lesser or reduced effect on the
environment when compared with competing products or services that serve the same
purpose. (b) As a potential meeting or conference provider for EPA, we require information
about environmentally preferable features and practices your facility will have in place for
the EPA event described in the solicitation. (c) The following list is provided to assist you in
identifying environmentally preferable measures and practices used by your facility. More
information about EPA's Green Meetings initiative may be found on the Internet at
http://www.epa.gov/oppt/greenmeetings/. Information about EPA voluntary partnerships
may be found at http://www.epa.gov/partners/index.htm. (1)Do you have a recycling
program? If so, please describe.(2)Do you have a linen/towel reuse option that is
communicated to guests?(3)Do guests have easy access to public transportation or shuttle
services at your facility?(4)Are lights and air conditioning turned off when rooms are not in
use? If so, how do you ensure this? (5)Do you provide bulk dispensers or reusable
containers for beverages, food and condiments?(6)Do you provide reusable serving
utensils, napkins and tablecloths when food and beverages are served?(7)Do you have an
energy efficiency program? Please describe. (8)Do you have a water conservation
program? Please describe.(9)Does your facility provide guests with paperless check-in &
check-out?(10) Does your facility use recycled or recyclable products? Please describe
(11) Do you source food from local growers or take into account the growing practices of
farmers that provide the food? Please describe.(12) Do you use biobased or biodegradable
products, including biobased cafeteriaware? Please describe.(13) Do you provide training
to your employees on these green initiatives? Please describe.(14) What other
environmental initiatives have you undertaken, including any environment-related
certifications you possess, EPA voluntary partnerships in which you participate, support of
a green suppliers network, or other initiatives?Include "Green Meeting" information in your
quotation so that we may consider environmental preferability in selection of our meeting
venue. The following terms and conditions will apply to this procurement: FAR Clause
52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (OCTOBER
2008), incorporated by reference. For full text of this clause, go to
http://www.acqnet.gov/far/current/html/52_212_213.html FAR Clause 52.212-5 Contract
Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial
Items. (FEB 2006) (a) The Contractor shall comply with the following Federal Acquisition
Regulation (FAR) clauses, which are incorporated in this contract by reference, to
implement provisions of law or Executive orders applicable to acquisitions of commercial
items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4,
Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b) The
Contractor shall comply with the FAR clauses in the final paragraph of the notice as posted
on the FBO site. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=4bc9951434aa83cefa63fcf99023f0e3&tab=core&_cview=0
Posted 12/30
SPONSOR: Environmental Protection Agency, Office of Acquisition Management,
EPA/Headquarters Contract Service Center, 1200 Pennsylvania Avenue, NW, Washington,
DC 20460
PUBLICATION DATE: January 1, 2009
ISSUE: FBO-2593
FORT GREELY ALASKA BASE OPERATION SUPPORT SOURCES SOUGHT NOTICE
(PRESOL)
SOL W91260-09-R-0001 DUE 012309 POC: Kathleen B. O'Connell, 719-554-1964,
E-MAIL: kathleen.oconnell@smdc-cs.army.mil ; James R. McLaughlin, 719-554-1963,
james.mclaughlin@SMDC-CS.army.mil POP: Fort Greely, Fort Greely, Alaska 99731.
NAICS: 561210. In addition to the original sources sought notice, please be advised of the
following: (1) The Industry Day briefing and one-on-one sessions are open only to prime
8(a) contractors eligible under NAICS code 561210; (2) A projector and screen will be
available for one-on-one sessions. There will not be a computer or laptop available. If
overhead slides will be used to brief the Government during the one-on-one sessions,
contractors must plan accordingly. Contractor slides will not be used during the Industry
Day briefing; and, (3) In addition to the Government requested input during the one-on-one
sessions, the Government requests industry input on consolidation of the Fort Greely
portions ONLY of contracts DASG60-03-C-0081 ((Supplemental Environmental
Documentation, Remediation, & Engineering Studies, Facilities Engineering, Technical
Design, & Installation Environmental and Management Support for the U.S. Army Space
and Missile Defense Command (SMDC)) and W9113M-05-C-0118 (Engineer Technical
Operational and Support Services for the U.S. Army Space and Missile Defense
Command/Army Forces Strategic Command) with the Fort Greely Base Operation Support
contract (current contract number W91260-06-D-0008). CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=249e7b9f70b625d42e1ad2d02038e0ae&tab=core&_cview=0
Posted 01/02/09
SPONSOR: Department of the Army, U.S. Army Space and Missile Defense Command,
U.S. Army Strategic Command, XR W4T8 ARSPACE CONTRACTING BR, 350
Vandenberg St. Bldg 3, Peterson Air Force Base, Colorado 80914-4914
PUBLICATION DATE: January 4, 2009
ISSUE: FBO-2596
PEFORMANCE BASED ENVIRONMENTAL SERVICES AND TECHNOLOGY MARKET
SURVEY INFORMATION (PRESOL)
SOL N6258309RXXXX DUE 012309 POC: Elizabeth A. Corder, Contract Specialist, (805)
982-4012, Elizabeth.Corder@navy.mil ; Palmer Anderson, NFESC, (805) 982-1488,
Palmer.Anderson@navy.mil NAICS: 541330. SOURCES SOUGHT ANNOUNCEMENT
FOR PERFORMANCE BASED ENVIRONMENTAL SERVICES AND TECHNOLOGY
CONTRACT INFORMATION / THIS IS A SOURCES SOUGHT ANNOUNCEMENT.
THIS IS NOT A SOLICITATION ANNOUNCEMENT OR REQUEST FOR PROPOSAL.
NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. / This Sources
Sought Announcement is a market research tool being used to determine the availability
and adequacy of potential business sources prior to determining the method of acquisition
and issuance of a Solicitation. The intent of this sources sought announcement is as follows:
/ (1) The Government is researching the contract types (i.e. Firm Fixed Price, Time and
Material, Cost Type etc.) customarily utilized in the Marketplace for the following
environmental services that fall under the purview of the Naval Facilities Engineering
Service Center (NFESC) for procurement. NFESC is the specialty center of the Naval
Facilities Engineering Command (NAVFAC). NFESC's Environmental Restoration Division
requires a contract to provide environmental support to satisfy overall operational objectives
of the U.S. Navy and Marine Corps installations and to other federal organizations.
Required services may be performed at any location worldwide, including Navy and Marine
Corps facilities in both the continental United States (CONUS) and outside the continental
United States (OCONUS). Work will be performed in office settings and in the field. /
These environmental services include various engineering and incidental services for: /
a. Environmental program development and implementation; / b. Research, development,
testing, and evaluation (RDT&E) of innovative environmental technologies, strategies and
techniques; / c. Implementing innovative environmental technologies, strategies and
techniques; / d. Technical consultation. / (2) The Government is researching Industry's
experience and recommendations re: Single Award and Multiple Award Indefinite Delivery
Indefinite Quantity (IDIQ) contracts in the Government sector. / (3) The Government is
researching to identify potential qualified 8(a), Historically Underutilized Business Zone
(HUBZone), Service Disabled Veteran-Owned Small Business (SDVOSB), and Small
Business (SB) offerors for environmental services as stated herein. / The general SCOPE
OF WORK includes tasks that fall into the following categories: / I. TOTAL WASTE
INNOVATIONS (TWI) PROGRAM DEVELOPMENT AND IMPLEMENTATION. Work with
the Marine Corps facility personnel to develop, refine, and implement management
programs related to the collection/drop-off, recycling, storage, disposal, and possible
reuse/resale of recyclable and hazardous materials/waste. / II. RANGE CLEANUP,
SUSTAINABILITY, AND MANAGEMENT. Implement and continuously improve range-
related operations and programs. / III. TECHNOLOGY IMPLEMENTATION. Implement
innovative environmental technologies, techniques, and strategies. / IV. SITE OPERATION
AND MAINTENANCE (O&M). Operate sites and innovative systems at sites, including
maintenan! ce and monitoring. / V. CLIMATE CHANGE INITIATIVE. Research, develop,
test, and implement broad-based innovation in the complex and evolving area of climate
change, particularly as it impacts Navy/Marine Corps operations. Such initiatives will focus
on technology-based solutions to problems resulting from increasing greenhouse gas
(GHG) concentrations in the atmosphere. / Initiatives may include: / a. Develop and
implement technologies focused on slowing the rise of ambient GHG concentrations in the
atmosphere. / b. Operation and maintenance of selected technologies focused on slowing
the rise of ambient GHG concentrations in the atmosphere. / c. Remedy selection for best
technology to reduce operational carbon footprint. / d. Development of climate change
initiative program for Navy and Marine Corps installations. / VI. TECHNICAL
CONSULTATION. Provide technical consultation and support of projects, systems, other
contractors, and emerging topics of concern. / VII!. RESEARCH, DEVELOPMENT,
TESTING, AND EVALUATION. Research better environmental remediation and
compliance technologies, techniques, and strategies. / VIII. ADMINISTRATIVE
SUPPORT. Provide the following for an array of environmental documents, technologies,
sites, and programs - assessments, analysis, planning, procurement, archiving, and
activity-based costing. / IX. TRAINING. Provide environmental, health and safety related
training. Subject areas include, but not limited to: HAZWOPER, Emergency Preparedness,
Hazard Communication, Lockout and Tagout Safety, Hearing Conservation, Excavation
Safety, Shipping & Receiving Safety, First Aid, Indoor Air Quality, Personal Protective
Equipment, Fall Protection, Confined Space Entry Safety, Medical Surveillance,
Respiratory Protection, Blood Borne Pathogen Safety, Heat and Cold Stress, Chemical
Process Safety, Laboratory Safety, CPR, and Advance First Aid Training. / IN ORDER
TO PERFORM THESE TASKS, ancillary work such as construction, or preparation of
planning documents (Field Workplan, Quali! ty Assurance Plan, Health and Safety Plan)
will be required if applicable to the task. Each Task Order can be grouped into a single
category even though it has minor amounts of work that could be classified in other areas
(e.g., site characterization and data analysis may require reporting, and public outreach). /
This procurement will involve travel, fieldwork, and incidental construction tasks related to
providing environmental support. For Task Orders involving fieldwork, such work will usually
occur at Navy and Marine Corps installations in the United States, both active and closing.
Occasionally, those installations may reside on foreign soil. / Various task orders will be
awarded under this contract. Each Task Order shall have a statement of work (SOW) that
states the scope of each task and subtask, specifications, directions, and reporting
requirements. Occasionally, Statement of Objectives (SOOs) will be used in place of SOWs
when the government desires the co! ntractor maximum flexibility in proposing innovative
solutions, e.g., for research development testing and evaluation (RDT&E). / INTERESTED
SOURCES SHOULD RESPOND WITH INFORMATION CONCERNING WHAT TYPE OF
CONTRACT VEHICLE IS CUSTOMARILY UTILIZED IN THE MARKETPLACE FOR THE
ABOVE MENTIONED PERFORMANCE BASED SERVICES PERTAINING TO
ENVIRONMENTAL SERVICES AND TECHNOLOGY. Also, please complete the attached
Questionnaire by providing the firm's identifying information, Small Business Status, and
experience with mobilizing, resourcing and managing varying workloads of response
actions at multiple sites simultaneously worldwide. / THIS ANNOUNCEMENT IS NOT A
COMMITMENT BY THE GOVERNMENT TO ISSUE A SOLICITATION OR TO
ULTIMATELY AWARD A CONTRACT. The applicable NAICS Code is 541330
Environmental Engineering Services with a size standard of $4.5 Million. Interested
sources must submit any comments and information to PALMER ANDERSON, NFESC,
Email: Palmer.Anderson@navy.mil, Phone: (805) 982-1488, no later than 23 January
2009. Responses received after ! this deadline may not be considered. Since this is a
Sources Sought announcement, no evaluation letters will be issued to participants. Point
of Contact: ELIZABETH CORDER, Contract Specialist, Phone (805) 982-4012, FAX (805)
982-3015, Email: Elizabeth.Corder@navy.mil. / IF ATTACHMENT DOES NOT UPLOAD
PROPERLY, PLEASE REQUEST COPY OF QUESTIONNAIRE BY EMAIL TO:
Elizabeth.Corder@navy.mil. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=1ccb249858bca9cfabffd2923bdc5d9c&tab=core&_cview=0
Posted 12/31/08
SPONSOR: Department of the Navy, Naval Facilities Engineering Command, Specialty
Center Acquisitions NAVFAC, Naval Base Ventura County, 1205 Mill Road, Building 850,
Port Hueneme, CA 93043
PUBLICATION DATE: January 2, 2009
ISSUE: FBO-2594
ONE (1) SITE SPECIFIC IDIQ CONTRACT FOR ENVIRONMENTAL REMEDIATION AT
THE FORMER GRIFFISS AIR FORCE BASE (GAFB) IN ROME, NY. (PRESOL)
SOL W912DQ-09-R-3002 DUE 012809 POC: Jack L Peterson, 816-389-3830. POP: US
Army Engineer District, Kansas City ATTN: CECT-NWK-H, 601 East 12th Street Kansas
City MO 64106-2896. NAICS: 562910. The USACE, acting of behalf of the Air Force Real
Property Agency (AFRPA), intends to award one (1) site specific Indefinite Delivery/
Indefinite Quantity (IDIQ) contract for environmental remediation at the former Griffiss Air
Force Base (GAFB) in Rome, NY (Note: GAFB is a Department of Defense (DoD) Base
Realignment and Closure (BRAC 95) site.) This contract 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 28 January 2009, with a target date for
contractor selection in April 2009. This solicitation will be issued as a full and open
competition under NAICS Code 562910. The magnitude of the governments estimated cost
to perform this work over the duration of the contract life is within the range of $3.0 million -
$7.0 million. The minimum guaranteed amount for award is $10,000.00. This contract will
have a five (5) year base period and one (1) five (5) year option period in accordance with
DFARS 217.204, revision dated 12 May 2006. Task Orders issued under these contracts
will be either fixed price or cost reimbursable. However, the Governments preference is to
award performance based, fixed price task orders. There is no limit on the dollar amount of
task orders. The period of performance for any task order will not exceed five (5) years and
any task order period of performance will not extend more than one (1) year beyond the ten
(10) year ordering period. Funding will be provided annually over the contract life, normally
in fiscal year (FY) increments. FY 09 funding is anticipated to be available in the 3rd quarter.
Description of Work: Environmental remediation services to be accomplished using this
contract include, but are not limited to: preparing and attaining regulatory approval of
feasibility studies, proposed plans, records of decisions, remedial designs, remedial action
reports and sampling and analysis reports; remediation of chlorinated volatile organic
contaminated groundwater and soil; excavation and disposal of contaminated soil; installing
of monitoring wells and performing environmental sampling and analysis for groundwater,
surface water, soils, sediments and air; performing vapor intrusion studies; performing long
term monitoring (LTM)/long term operation (LTO) of environmental remediation systems;
and the planning of work efforts required. Proposal Evaluation Process: Proposals will be
evaluated based on the factors outlined in the RFP solicitation (to be published on or about
28 January 2009) using best value, informal source selection procedures in accordance
with FAR Part 15. Evaluation factors will include, but are not limited to: technical
experience, past performance, technical remediation approach and price. 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. Offerors will be required to submit both technical and price proposals. A site
visit/pre-proposal conference will be held in February 2009. Additional Information: The
RFP solicitation will be published on or about 28 January 2009. 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.
Prospective offerors should check the website frequently for changes to the solicitation
and posting of amendments. Solicitation documents will also be provided on CDs or DVDs
for those prospective offerors unable to download these files. Email requests for CDs/
DVDs to the USACE points of contact listed below along with mailing address. Prior to
submitting a 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. 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, the 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 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.
Nanci Higginbotham at (816) 389-3359, nanci.e.higginbotham@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=9fb6ebed9e115adbf2918c68c2de46a5&tab=core&_cview=0
Posted 12/30/08
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: January 1, 2009
ISSUE: FBO-2593
INDEFINITE DELIVERY CONTRACT FOR GEO-ENVIRONMENTAL AND
GEO-TECHNICAL SERVICES. (SRCSGT)
SOL W912BU-09-R-0010 DUE 012809 POC: Michele N Evans, 215-656-6894. POP: US
Army Engineer District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643)
Philadelphia PA 19107-3390. NAICS: 541330. The Philadelphia District, U.S. Army Corps
of Engineers (USACE) intends to award a one-year Indefinite Delivery Contract for geo-
environmental and geotechnical services with options for up to two additional periods. An
option period shall not exceed one year. Although the maximum task order limit is
$1,000,000 it is envisioned that most task orders will be less than $300,000.00. The
cumulative total of all task orders for the base or any option period is not estimated to
exceed $1,000,000. The cumulative total of all task orders for the base and option periods
shall not exceed $3,000,000. Options may be awarded based on value used or time at the
discretion of the Contracting Officer. 2. PROJECT INFORMATION: The selected firm will
be used to supplement the Districts capability for providing geo-environmental,
geotechnical and professional services for planning, design and services during
construction in support of the military, work for others and civil work missions assigned to
the District. The use of approved innovative field screening technologies and
methodologies are strongly encouraged. Work outside the Districts civil works boundaries,
which generally include the Delaware River basin, the coastlines of New Jersey and
Delaware, and a portion of Maryland may be required. The work will include, but is not
limited to the following items: A. Geo-Environmental Studies, Investigations and Related
Work. These shall include the following types of primary efforts: (1) Phase I Environmental/
Preliminary Site Assessments; (2) Preparation of Remedial Investigations CERCLA/RCRA
Facility Investigations. As a part of the above work the contractor will be required to
complete geophysical investigations, groundwater investigations, soil, groundwater and
surface water chemical sampling, testing and analysis, preparation of baseline risk
assessments, preparation of conceptual site models and other related work. Other related
primary efforts shall include: (1) Preparation of Feasibility/Corrective Hazardous, Toxic,
and Radiological Waste (HTRW) Measures and Studies; (2) Ordnance and Explosive
Waste (OEW) Site Assessments. The firm must have access to an unexploded ordnance
specialist. The ordinance specialist must be a graduate of the U.S. Naval Explosive
Ordnance Disposal (EOD) School in Indianhead, Maryland and have been awarded the
master EOD Skill Badge; (3) Preparation of Health and Safety Plans, including a safety,
health and emergency response plan (SHERP) approved by a certified industrial hygienist,
not necessarily on staff. B. Geotechnical Investigations, Testing and Analysis. These
secondary efforts shall include: (1) Subsurface Explorations, including, but not limited to
soil borings using traditional or direct push methodologies, rock coring, and vibrocoring for
geotechnical purposes. All sampling shall be continuous. Soil sampling and rock coring
may be conducted either on land or on water; vibrocoring shall be conducted solely on
water. Water work may be riverine, bay or in the ocean. Drillers or those involved in certain
site investigations will be required to have the 29 CFR 1910.120 OSHA 40 hour basic
health and safety training of the jobs health and safety plan, including medical monitoring
and current annual 8 hour refresher course. Supervisors and those tasked with safety and
health responsibilities must have completed the 8 hour supervisors course. Surveyed
locations of all land and water explorations will be required; (2) Instrumentation installation
shall include but not be limited to the installation, monitoring and analysis of piezometers,
groundwater monitoring wells and inclinometers. This item shall include all essential items
pertaining to monitoring wells and piezometer development. Other related secondary work
shall include: (1) Technical support of field work, the contractor shall provide experienced,
qualified degreed engineers, geologists or other qualified staff approved by the Government
for all field work, including subsurface exploration. The contractor shall be responsible for:
logging of soil samples and/or rock cores; handling, labeling, chain of custody and shipping
of soil samples, rock core and environmental samples; related coordinating with other
government, private and related groups in obtaining access, information, etc., performing
any necessary air monitoring, and laying out the borings; (2) Soil testing shall include but
not be limited to visual and laboratory classification, gradation, moisture-density relations,
permeability testing, direct shear testing, triaxial shear testing, unconfined compression
testing, consolidation testing, laboratory field compaction testing and other physical and
hydrological property testing. The collection and testing of HTRW contaminated samples
may be required. It is not necessary for the geotechnical or HTRW laboratories to be
resident in-house. The designated geotechnical laboratory must be capable of being
approved by the USACE prior to work on the contract. The analytical laboratory must
possess and maintain current National Environmental Laboratory Accreditation (NELAC)
and comply with the DOD Quality Systems Manual Version 3 requirements. The approved
analytical laboratory must be capable of providing Electronic Data Deliverables (EDD) in
an approved USACE software format, Automated Data Review (ADR), version 7 or later,
A1 and A3 or Stage Electronic Deliverables (SEDD) 2B. All analytical data generated by
the contractor shall be reviewed against the ADR project library (generated by the
contractor and approved by the USACE). All reviewed data shall be uploaded to the
Environmental Data Management System (EDMS), version 7 or later, for further data
processing. Reviewed ADR EDDS and the EDMS data base shall be submitted to the
USACE for review. All analytical summary tables shall be generated from EDMS. C.
Geo-Environmental and Geotechnical Design. Other secondary efforts include, but are
not limited to, support various Environmental Restoration project efforts, the design of
remediation techniques of HTRW sites, embankments and cut slopes, retaining structures,
pavements, shallow and deep foundations, slope protection, geosynthetics, soil
stabilization, site drainage, and the preparation of reports on same. Design work shall
include the preparation of drawings on AUTOCAD Version 2005 or later, estimates and
technical specifications according to USACE formats (MCASES GOLD and
SPECSINTACT). Reports shall be in Microsoft Word and scheduling shall use Primavera.
The firm must be able to provide compatible digital products on CD ROM.
. Miscellaneous Professional Services. This secondary work shall include but not limited to
environmental impact statements, environmental inventories, baseline ecological evaluation
(BEE) reports, historical and archaeological investigations and reports and peer review of
USACE reports. If in-house capabilities in these areas are not available, an approved
subcontractor may be utilized. All work shall comply with the jurisdictional regulations and
laws to include the requirements for registrations, licenses and certifications. The A/E
should have the capability of executing a minimum of two (2) task orders simultaneously.
3. SELECTION CRITERIA: The significant evaluation criteria which are the basis for
selection, are listed in relative descending order of importance: (1) Specialized
Geo-Environmental experience and technical competence in the type of work required, as
generally outlined in Section 2A above, including, where appropriate, experience in energy
conservation, pollution prevention, waste reduction and the use of recovered material and
general experience in related types of work; (2) Specialized Geotechnical engineering
experience in Geotechnical design and miscellaneous environmental services, as generally
outlined in Sections 2B, 2C and 2D above; (3) Professional qualifications of the available
staff necessary to perform the services required; (4) Capacity of the firm to accomplish the
work within the required timeframe; (5) Past performance, especially, on Department of
Defense contracts; (6) Extent of participation of SB, SDB, historically black colleges and
universities, and minority institutions in the proposed contract team, measures as a
percentage of the estimated effort. (7) Location of the service providers office may also be
taken into consideration in the final selection as a secondary selection criteria element
provided a sufficient number of qualified A/E firms respond to this announcement. 4.
SUBMISSION REQUIREMENTS: Firms which desire consideration and meet the
requirements described in the announcement are invited to submit a completed SF 330
Parts I and II (revised 6/04), to U.S. Army Corps of Engineers, Philadelphia District,
Wanamaker Building, Room 702, 100 Penn Square East, Philadelphia, PA 19107-3390,
Attn: Paul D. Bacani, not later than the close of business on the 30th day after the
published date of the announcement. If the 30th day is a Saturday, Sunday or Federal
holiday, the deadline is the close of business the next business day. Include your DUNS
number in block 11 of paragraph C of Part I of the SF 330. All Contractors are advised that
registration in the Department of Defense (DOD) Central Contractor Registration (CCR)
Database is required prior to award of a contract. Failure to be registered in the DOD CCR
Database may render your firm ineligible for award. All firms are encouraged to register as
soon as possible. Information regarding this registration may be obtained by accessing
Web Site http://www.ccr.gov/ or you may call the CCR Assistance Center at 1-888-227-
2423, or email dlis_support@dlis.dla.mil (available 24 hours, 7 days a week). As part of
this submittal, it is required that all responding firms clearly present billing amounts for all
U.S. Army Corps of Engineers work as well as all other Department of Defense work for
the 12 months prior to the date of this announcement. As a requirement for the
negotiations, the selected contractor(s) will submit for government approval, a quality
control plan that will be enforced through the life of the contract. The Contracting Officer
reserves the right to terminate negotiations, with firms that do not respond to Government
requests for proposal information, documentation, etc. in accordance with established
schedules. The NAICS Code is 541330 with a size standard of $4,500,000.00. This is not
a request for proposal. No other notification to firms for this project will be made***** CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=a7b37f024856d6ac0b5d9fc1ad165e3f&tab=core&_cview=0
Posted 12/29/08
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, US Army Engineer
District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia,
PA 19107-3390
PUBLICATION DATE: December 31, 2008
ISSUE: FBO-2592
> FedBizOpps Notices for December 22-26, 2008
This update contains summaries of procurement and contract award notices issued between December 22-26, 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.
FEDERAL LEAD-BASED PAINT PROGRAM SUPPORT
(SRCSGT)
SOL PR-HQ-09-10591 DUE 012209 POC: Sharon D.
Hargrove, Contract Specialist, (202) 564-4764, E-Mail:
hargrove.sharon@epa.gov NAICS: 541519. The U.S.
Environmental Protection Agency (EPA), National Program
Chemicals Division of the Office of Prevention, Pesticides,
and Toxic Substances, is conducting a sources sought for
information purposes only, to determine whether 8(a) small
disadvantaged business capability exists to support this
requirement. THIS IS NOT A REQUEST FOR PROPOSALS.
Under the North American Industry Classification System
Code 541519, the EPA is in search of 8(a) small
disadvantaged businesses to provide to assist the agency in
administering the Federal abatement program, which ensures
that individuals conducting lead-based paint inspections, risk
assessments, and abatements in target housing and child-
occupied facilities are properly trained and certified, and that
training programs providing instruction in such activities are
accredited (Title IV of the Toxic Substances Control Act).
EPA is also responsible for administering the Federal
renovation, repair, and painting program, which ensures that
individuals conducting regulated renovation activities in target
housing and child-occupied facilities are properly trained, that
renovation firms are certified, and that training programs
providing instruction in such activities are accredited. The
Draft SOW is posted on the following website:
http://www.epa.gov/oamhpod1/oppts_grp/0910591/index.htm
The resultant contract is anticipated to be Indefinite Delivery/
Indefinite Quantity contract with Fixed Price Line Items, and
to have a twelve (12) month base period with the possibility
of four twelve (12) month option periods. Work will be ordered
through the issuance of task orders. The contractor shall
provide all personnel, materials, and equipment necessary to
perform the SOW. Interested 8(a) small businesses should
provide the EPA with appropriate documentation (i.e., a
detailed capability statement and/or relevant past performance
history documenting its ability to perform similar SOW
requirements). Responses to this Sources Sought Notice
should be no longer than ten (1) pages and mailed to : U.S.
EPA, Program Contract Service Center, 1200 Pennsylvania
Ave., N.W., Attn: Ms. Sharon Hargrove, (3803R), Washington,
DC 20460. Packages mailed via courier services shall be sent
to the following mailing address: U.S. EPA, Program Contract
Service Center, 1300 Pennsylvania Ave., N.W., Attn: Ms.
Sharon Hargrove, Room 71247, Washington, DC 20004.
Firms shall ensure responses are documented to the extent
the government can determine the firms qualifications to
perform this requirement. This Sources Sought Notice does
not constitute a commitment by the Government nor pay for
any information or inquiry. The response date for all
submissions is January 22, 2009, 3:00p.m. Eastern Standard
Time (EST). The point of contact for this procurement is Ms.
Sharon Hargrove, Contracting Officer, at
hargrove.sharon@epa.gov or via telephone at 202-564-4764.
CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=02b8d10056758ac16e21ddf888120ce1&tab=core&_cview=0
Posted 12/22/08
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: December 24, 2008
ISSUE: FBO-2585
ENVIRONMENTAL ENGINEERING SERVICES FOR SUSTAINABLE DEVELOPMENT
(SRCSGT)
SOL N6258308TECIN DUE 012309 POC: Carol Vollmer, (805) 982-2632 ; Maria Nailat,
(805) 982-5092. NAICS: 541330. SOURCES SOUGHT ANNOUNCEMENT FOR
ENVIRONMENTAL ENGINEERING SERVICES FOR SUSTAINABLE DEVELOPMENT
THIS IS A SOURCES SOUGHT SYNOPSIS. THIS IS NOT A SOLICITATION
ANNOUNCEMENT OR REQUEST FOR PROPOSAL. NO CONTRACT WILL BE
AWARDED FROM THIS ANNOUNCEMENT. This is a market research tool being used to
determine the availability and adequacy of potential business sources prior to determining
the method of acquisition and issuance of a Request for Proposal (RFP). The intent of this
sources sought synopsis are as follows: (1) The Government is researching the contract
types (i.e. Firm Fixed Price, Time and Material, Cost Type etc.) customarily utilized in the
Marketplace for the following Environmental Services that are the responsibility of the Naval
Facilities Engineering Service Center for procurement. The environmental services include
Environmental Planning/Programmatic Environmental Safety and Health Evaluation
(PESHE); National Environmental Policy Act (NEPA) Planning and Documentation;
Technology Development, Demonstration, Integration, and Transfer; Pollution Prevention
(P2) Planning and Engineering; Environmental Compliance Support; P2 Equipment
Procurement Implementation; Environmental, Occupational Safety and Health (ESOH);
Hazardous Materials Management Program (HMMP); Weapons System Environmental
Planning; and Ecological Dive Assessment. (2) The Government is researching to identify
potential qualified 8(a), Historically Underutilized Business Zone (HUBZone), Service
Disabled Veteran-Owned Small Business (SDVOSB), and Small Business (SB) offerors for
environmental services as stated in the paragraph above that are the responsibility of the
NFESC for procurement. The general Scope of Work will include services from a Contractor
to provide personnel, equipment, materials, and facilities to conduct environmental research
and development, and test and evaluation for shore facilities. The NFESC mission is to
assure that activities conducting industrial processes comply with federal, state, and local
regulatory requirements. The NFESC emphasis is on technologies that reduce hazardous
waste generation through process modification, material substitution, or recycling; solid
waste and hazardous material management; industrial oily waste treatment to levels
approaching or achieving zero discharge; and air pollution issues that impact Navy industrial
processes. The NFESC Environmental Division requires Contractor to provide services in:
Environmental Planning/Programmatic Environmental Safety and Health Evaluation
(PESHE)-The Contractor shall utilize data provided by Naval Operating Forces and the
Systems Commands (SYSCOMS) in planning for the environmental impacts of acquisition
and operational programs and in developing appropriate mitigation measures. The
Contractor shall develop PESHE's that describe strategy for meeting ESOH requirements,
establishes responsibilities, and identifies how progress shall be tracked. National
Environmental Policy Act (NEPA) Planning and Documentation-. NEPA documentation
shall include categorical exclusions, environmental assessments, environmental impact
statements, risk management plans, and associated environmental planning documents.
The Contractor shall prepare equivalent documen! ts for overseas locations.; Technology
Development, Demonstration, Integration, and Transfer-The Contractor will assist in
RDT&E efforts and technology marketing. The Contractor may be tasked with locating
potential navy or DoD customers, as well as locating private companies in related fields
with an interest in patented license agreements or cooperative research and development
agreement. The Contractor shall provide the personnel, equipment, materials and facilities
to respond to multiple requests for environmental support under various tasks. Pollution
Prevention (P2) Planning and Engineering - As part of this effort, the Contractor shall
provide data deliverables to be used to control and manage hazardous materials. The
Contractor shall evaluate P2 plans for Navy installations to identify impacts to systems
acquisition programs. The Contractor shall provide data to be used to establish a hazardous
materials management program that ensures that appropriate consideration is given to
eliminating and reducing the use of hazardous materials in processes and products rather
than simply managing pollution created. Environmental Compliance Support -This shall
include planning, consulting, engineering, design, and documentation assistance in the
areas of compliance interpretation, modeling, sampling, monitoring, and meetings with
regulatory agencies. The Contractor shall also review and provide analyses of
environmental compliance requirements overseas. The Contractor shall provide support in
all environmental media and related fields including air, hazardous materials, hazardous
waste, solid waste, industrial wastewater, domestic wastewater, stormwater, watershed
management and potable and non-potable water systems, P2 Equipment Procurement
Implementation-The Contractor shall provide P2 technology procurement, and P2
technology site assessment and implementation from commercially available
environmental technologies. Technologies typically include the following media: hazardous
waste reduction, hazardous materials reduction, toxic air emissions, solid waste recycling,
oil spill on water response and recovery, and energy and water conservation. Occupational
Safety and Health (ESOH), The Contractor shall provide services in the following areas:
workplace air and sound sampling, ventilation engineering, personnel protective gear,
confined space entry, hot work, chemical processes, electrical and mechanical lock-out
procedures, first aid, and risk analyses and modeling. Hazardous Materials Management
Program (HMMP)-The Contractor shall perform and document the results of hazardous
materials analyses per DoD 5000 series requirements. The Contractor shall evaluate and
recommend hazardous materials management programs that give appropriate
consideration to eliminating and reducing the use of hazardous materials in processes and
products rather than simply managing pollution created. The selection, use, and disposal of
hazardous material shall be evaluated and managed so the Nav! y incurs the lowest cost
required to protect human health and the environment over the system's lifecycle, consistent
with the program's cost, schedule, and performance goals. Weapons System Environmental
Planning- The Contractor shall provide environmental engineering support for weapons
systems deactivation, demilitarization, and disposal (3D) assessment, including the
development of demilitarization plans, and conducting field work to demilitarize and dispose
of end-of-life weapons systems and components (e.g., airframes, jet engines, etc.), as well
as a 3D safety plan. The Contractor shall provide weapons system training and planning for
the following topics- Navy Inter-Deployment Training Cycle (IDTC) and Marine Operating
Force Pre-Deployment Training Program (PTP), operational range clearance and
infrastructure management, land use planning, NEPA, terrestrial and marine biology, cultural
and natural resources management, Range and Air Installation Compatibility Use Zone/Air
Installation Compatibility Use Zone documents (RAICUZ/AICUZ), noise studies and air
space management, air quality, oceanography, public health and safety, explosive safety,
environmental multi-media complianc! e (i.e., Resource Conservation and Recovery Act
(RCRA), Safe Drinking Water Act (SDWA), Clean Water Act (CWA), etc.), GIS/data
management, public affairs and military operations/maintenance budget and capital
investment planning. Ecological Dive Assessment -. The Contractor shall provide dive
services and expertise to the Navy associated with conducting underwater ecological
assessments. Dive locations can be world wide, including San Diego, Guam, Diego Garcia,
and Hawaii. Interested sources should respond with a brief information concerning what
type of contract vehicle is customarily utilized in the Marketplace for the above services
pertaining to Environmental Support Services. Also, respond with brief information by
completing the attached Questionnaire concerning identifying each sources as qualified
8(a), Historically Underutilized Business Zone (HUBZONE), Service Disabled
Veteran-Owned Small Business (SDVOSB) and Small Business (SB) offerors. This
announcement is not a commitment by the Government to issue a solicitation or ultimately
award a contract. The applicable NAICS Code is 541330 Environmental Engineering
Services with a size standard of $4.5 Million. Interested sources must submit any comments
and information via email to Carol.Vollmer@navy.mil no later than 23 January 2009.
Responses received after this deadline may not be considered. Since this is a Sources
Sought announcement, no evaluation letters will be issued to participants. POC: Maria
Nailat, Contract Specialist, (805) 982-5092, FAX (805) 982-3015, Email:
Maria.Nailat@navy.mil CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=1e0103b8ae999a56f0eba01bae158f49&tab=core&_cview=0
Posted 12/23/08
SPONSOR: Department of the Navy, Naval Facilities Engineering Command, Specialty
Center Acquisitions NAVFAC, N62583 SPECIALTY CENTER ACQUISITIONS NAVFAC
1205 Mill Road Building 850 Port Hueneme, CA
PUBLICATION DATE: December 25, 2008
ISSUE: FBO-2586
ENVIRONMENTAL ENGINEERING SERVICES IN THE STATES OF VIRGINIA AND
WEST VIRGINIA (PRESOL)
SOL 362575-09-A-0007 DUE 020509 POC: Sharon Weber, E-MAIL:
sharon.k.weber@usps.gov NAICS: 491110. THIS SOLICITATION CANCELS AND
SUPERCEDES SOLICITATION 362575-08-A-0021 THAT WAS ADVERTISED IN APRIL
2008. NOTE THE CHANGE IN MINIMUM ACCEPTABLE REGISTERED ENGINEERING
COMPLEMENT AND CHANGE IN TOTAL CONTRACT VALUE. This advertisement is for
ENVIRONMENTAL ENGINEERING SERVICES IN THE STATES OF VIRGINIA AND
WEST VIRGINIA. The work will include, but not be limited to, (1) underground storage tank
consulting, (2) hazardous waste management, (3) identification of asbestos-containing
materials and design of remedial actions, (4) environmental and health risk assessments,
(5) environmental permitting, (6) environmental assessments and environmental impact
statements to comply with the National Environmental Policy Act (NEPA), (7) pre-acquisition
site and/or building environmental audits, (8) multi-media facility audits, (9) floodplain and
wetlands determinations, (10) historic, architectural, and archaeological investigations, (11)
traffic and utility impact assessments, (12) socioeconomic impact studies, (13) geologic and
seismic hazard evaluations, (14) water and groundwater resources evaluation and planning,
(15) zoning and land use compatibility studies, (16) air quality assessments, (17) public
participation, community right to know, and regulatory compliance assistance, (18)
remediation design and management services, and (19) building valuations for
toxic/hazardous conditions. Firms may also be requested to assist the Postal Service in
obtaining county, state, and federal permits associated with environmental site evaluation
and development. Firms shall also have the capability and personnel required to perform
construction administration of Postal Service environmental construction contractors. The
work will be In the States of Virginia and West Virginia. The contract will be for a base term
of one year, with four one-year renewal options. The total contract amount over the 5-year
period cannot exceed $1,000,000. The minimum contract amount is $5,000. At the
discretion of the contracting officer, contracts may be awarded to more than one A/E firm.
Individual work orders will be negotiated for each project. Work orders for any one project
cannot exceed $500,000. Typical work orders are in the $1,000 to $5,000 range. Firms that
have the qualifications to perform the services described are invited to submit two copies of
SF-330, Architect-Engineer Qualifications. SF-330 can be found at www.gsa.gov under
Standard Forms. The minimum acceptable registered engineering complement of the prime
firm is one civil/environmental engineers and two registered professional geologists. Firms
with more than one office must indicate on their SF-330 the staffing composition of the
office in which the work will be performed. Firms will be considered only if their sole office
is in the advertised area, or they have a branch office in the advertised area that has been
in operation for a minimum of three years, and all civil engineering, coordination, and
management of projects will be performed in that office. The contract contains a
requirement for firms to provide evidence of current errors and omissions insurance of
$250,000 per claim at the time of this submission. It is prohibited to pay any fee,
commission, percentage, or brokerage fee to any person or firm contingent upon or
resulting from award of a contract for this project. Participation of minority-owned and
woman-owned businesses in U.S. Postal Service architect-engineering selections is
encouraged. No other general notification of this project will be made. Submissions will not
be retained or returned. This is not a request for proposal. SUBMIT THE REQUIRED
DOCUMENTATION TO Sharon Weber, USPS Eastern FSO, PO Box 27497, Greensboro
NC 27498-1103. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=8fbaf8737db98286af5f989eb0617e31&tab=core&_cview=0
Posted 12/23/08
SPONSOR: United States Postal Service, Facilities Purchasing, Eastern Facilities Service
Office, PO Box 27497, Greensboro, NC 7498-1103
PUBLICATION DATE: December 25, 2008
ISSUE: FBO-2586
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. The contractor shall pick up
Stormwater and Wastewater samples at Tinker AFB one (1) time per week, Wednesday; if
Wednesday is a holiday the sample shall be collected on Thursday. 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 solicitiation 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=13f916c137f142ee7191afaf694e2c73&tab=core&_cview=0
Posted 12/22/08
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: December 24, 2008
ISSUE: FBO-2585
SOLE SOURCE ANNOUNCEMENT (PRESOL)
SOL RFQ-DC-09-00083 DUE 122608 POC: Michael Gilham, Purchasing Agent, (202)
564-6090. NAICS Code: 541611. The U.S. Environmental Protection Agency (EPA) intends
to award a sole source, fixed price, Purchase Order under authority of Federal Acquisition
Regulation (FAR) Part Thirteen (13), Simplified Acquisition Procedures, to the Corporate
Executive Board (CEB) of Arlington,VA. This Order will provide EPA's Office of Acquisition
Management (OAM) a one year membership in CEB's Procurement Strategy Council (PSC).
By the nature of this requirement, CEB is the only source available. THIS IS NOT A
REQUEST FOR QUOTE (RFQ) AND NO SOLICITATION IS AVAILABLE. Nevertheless,
any firm that believes it is capable of meeting the EPA requirements described herein may
submit a response; which, if received by the response date as shown above, will be
considered. Responses to this announcement must be in writing. Any questions should be
directed to Michael Gilham via electronic mail at the below address. Communication
regarding this requirement via telephone shall not be made nor acknowledged. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=255de19d87ded74e150dd88090c6fcb2&tab=core&_cview=0
Posted 12/24/08
SPONSOR: Environmental Protection Agency, Office of Acquisition Management,
EPA/Headquarters, Environmental Protection Agency, Immediate Office Superfund/RCRA
Regional Procurement Operations Divisions, 1200 Pennsylvania Avenue, Nw, Washington,
DC 20460
PUBLICATION DATE: December 26, 2008
ISSUE: FBO-2587
REGION 2 REMEDIAL ACTION CONTRACT (RAC2) (AWARD)
SOL PR-HQ-07-10525 POC: Benita C. Jackson, (202) 564-2996, E-MAIL:
jackson.benita@epa.gov ; Rayna L. Brown, 202-564-5659, brown.rayna@epa.gov CNT
EP-W-09-002 AMT $114,015,572.00 DTD 122208 TO: CDM Federal Programs Corporation,
125 Maiden Lane, 5th Floor, New York, NY 10038. NAICS: 562910. The United States
Environmental Protection Agency (EPA) Superfund /RCRA Regional Procurement
Operations Division, Washington DC has awarded this Small Disadvantaged and Small
Service Disabled Veterans Owned Business contract for provision of professional architect
and engineering services to support remedial planning and oversight activities in Region 2
which includes New York, New Jersey, Puerto Rico and the Virgin Islands. The Response
Action Contracts (RACs) support the Agency's activities under CERCLA as amended by
SARA. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=b6f33ec1a9a659d917446f71a9c5a779&tab=core&_cview=0
Posted 12/22/08
SPONSOR: Environmental Protection Agency, Office of Acquisition Management,
EPA/Headquarters, 1200 Pennsylvania Avenue, N.W., 3801R, Washington, DC 20460
PUBLICATION DATE: December 24, 2008
ISSUE: FBO-2585
> FedBizOpps Notices for December 15-19, 2008
This update contains summaries of procurement and contract award notices issued between December 15-19, 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.
PHMSA'S PIPELINE SAFETY TECHNICAL EXPERTISE
SUPPORT REQUIREMENT (PRESOL)
SOL DTPH56-09-R-000001 POC: Blenda J Perez,
202-366-4429, E-MAIL: blenda.perez@dot.gov ; Warren D.
Osterberg, 202-366-6942, warren.osterberg@dot.gov POP:
The services to be provided under this contract will be
performed at the Contractor's workplace or on-site at a task
order location. Due to the nature of the work required under
this contract, work may be performed throughout the United
States. Travel may be a requirement for certain task orders.
NAICS: 541690. The U.S. Department of Transportation
(DOT), Pipeline and Hazardous Materials Safety
Administration intends to solicit, negotiate, and award a
competitive IDIQ contract for technical expertise support
services in the following three program areas: Program Area
1: Creating and Promoting Integrity Management Knowledge --
The Contractor must provide necessary technical,
management, and administrative services to support PHMSA
in generating and promoting knowledge to IM decision makers.
This initiative is intended to increase PHMSA's and pipeline
stakeholders' awareness of new technology, effectiveness of
consensus standards incorporated into Parts 192-195 of
PHMSA's regulatory program, and to organize and conduct
selected PHMSA public events and growing need in
assessing quality from multiple program outputs. Program
Area 2: Cross Border and International issues and Frontier
Region Assessments PHMSA's cross border coordination
is growing through a recent Memorandum of Understanding
(MOU)/Arrangement with the Canadian National Energy
Board. Understanding and quantifying differences between
North American pipeline operations is important before an
implementation strategy for harmonizing IM inspections and
audits and consistent application of consensus standards is
created. Challenges also exist in frontier regions (i.e., Arctic)
where identification and quantification of information to
PHMSA decision makers is greatly desired. Program Area
3: Technical Support during Pipeline Emergencies Major
pipeline failures and natural disasters can occur. Immediately
after these events, PHMSA emphasizes significant attention
to technical and regulatory detail so appropriate corrective
action orders are generated rapidly. In some cases, on-site
collection of technical and photo details is required so
mission-critical actions are not delayed. This is a competitive
small business set-aside under the NAICS Code 541690
with a small business size standard of $7.0 million. The period
of performance will be for one base year with four possible
option years. Total estimated value of the requirement is $2
million (over a possible five-year period of performance).
Estimated issue date of the solicitation package is on or
around December 29, 2008, with an estimated closing
response date on or around January 28, 2009. Estimated
contract award date is on or around March 27, 2009. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=3317fea223d3b22b876e0aef75a745c9&tab=core&_cview=0
Posted 12/20/08
SPONSOR: Department of Transportation, Pipeline and Hazardous Materials Safety
Administration, PHMSA, 1200 New Jersey Avenue, SE, E22-229, Washington, DC 20590
PUBLICATION DATE: December 22, 2008
ISSUE: FBO-2583
SYNOPSIS AMENDMENT FOR AN ENVIRONMENTAL SERVICES IDIQ CONTRACT
(MOD)
SOL W912DQ-08-R-0014 DUE 013109 POC: Heather Morrow, 816-389-3320; 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 U.S. Army Corps of
Engineers, Kansas City District, intends to issue solicitations for Environmental Services
IDIQ contracts. Task orders issued under the contract may be located within CONUS,
Alaska, Hawaii, and U.S. Territories. It is anticipated that the majority of the work to be
completed under this contract will be in support of the Kansas City Districts (District)
Environmental Compliance/Environmental Quality Program in support of various
Department of Defense customers and clients such as, but not limited to, Army
installations, Army Reserve Regional Readiness Commands and Headquarters elements,
Major Commands, the National Guard Bureau and state agencies. However, work
performed may also include providing environmental support to the Districts civil works
and hazardous, toxic, and radio-active waste (HTRW) program areas, as well. Contractor
shall assist in performing a full range of military installation support and civil works activities
within the environmental pillars of compliance, conservation, restoration, and pollution
prevention. Supporting activities may include providing onsite support in various
environmental programs, as well as conducting studies and investigations, preparing
reports, database management; life, health safety planning and assessment activities; and
real estate activities. Such activities may include, but are not limited, to planning,
environmental/HTRW, safety and industrial hygiene, engineering, socioeconomic, and real
estate work. Engineering tasks may require experience in geological, civil, and
environmental engineering. Environmental tasks may require experience in biological,
chemical, geological, physical science, hazardous material and hazardous waste
management, database management and erosion and sedimentation control plans. Safety
and industrial hygiene tasks may require experience in industrial hygiene; developing site
specific work plans with accompanying sub plans, implementation and evaluation of
Contractor quality control plans. The NAICS code is 562910, and the small business size
standard of 500 employees. The solicitation will include the following know options: The
total capacity of the contracts awarded under this solicitation shall not exceed $9,500,000.
The total contract period will not exceed five years from date of award of contract. The
contract will consist of a base period not to exceed one year, with a maximum of four
one-year option periods. The RFP will be issued on or about the month of January 2009.
The option to exercise is a unilateral right of the Government based upon contractors
performance. The U.S. Army Corps of Engineers, Kansas City District anticipates the
award of a negotiated firm fixed price contract using source selection procedures to obtain
the greatest value for the Government. The Government intends to use the best value
process in selecting the contractor. Offerors should submit proposals that are acceptable
without additional explanation or information, as the Government may make a final
determination regarding acceptability solely on the basis of the initial proposal submitted.
The Government may proceed with award of the contract without discussions. The
Government will evaluate all proposals and establish a competitive range if necessary.
The evaluation team will comply with the U.S. Army Corps of Engineers, Kansas City
District Source Selection Policy with respect to nondisclosure, conflict of interest,
safeguarding of data and any other regulatory or statutory requirement therein stated or
referenced. Award of a contract will be contingent upon funding approval. The solicitation
will be available through the Federal Business Opportunities (FedBizOpps). All responsible
sources may submit a proposal, which will be considered by the agency. FedBizOpps.gov
is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition
information. It is fully integrated with other electronic government initiatives such as the
Central Contractor Registration (CCR) database, and is available for use by all Federal
agencies. At a minimum all vendors must supply the following information: Your Company
Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN)
(You can get this from your company CCR Point of Contact), Your Company DUNS
Number or CAGE Code (Contact Dun & Bradstreet at 1-800-333-0505 if you do not have
a D&B Number), Your Telephone Number, and Your Email Address. Any offeror
submitting a proposal is required by the Federal Acquisition Regulations to use the Online
Representation and Certifications Application (ORCA). ORCA is a web-based system that
centralizes and standardizes the collection, storage and viewing of many of the FAR
required representations and certifications previously found in solicitations. With ORCA
you now have the ability to enter and maintain your representation and certification
information, at your convenience, via the Internet at http://orca.bpn.gov. To register in
ORCA, you will need to have two items: an active Central Contractor Registration (CCR)
record and a Marketing Partner Identification Number (MPIN) identified in that CCR record.
Your DUNS number and MPIN act as your companys ID and password into ORCA. The
basic information provided in your CCR record is used to pre-populate a number of fields
in ORCA. Once in ORCA you will be asked to review pertinent information pre-populated
from CCR, provide a point of contact, and answer a questionnaire that contains up to 26
questions. The questionnaire is to help you gather information that you need for your
clauses. The questionnaire is not the official version. Be sure to read the provisions
carefully. The answers you provide are then automatically entered into the actual FAR
provisions. You are required to review your information, as inserted, in context of the full-
text provisions for accuracy; acknowledge three additional read-only provisions; and click
a time/date stamp before final submission. You will need to review and/or update your
ORCA record when necessary, but at least annually in order to maintain active status.
The list of plan holders will be based only on those requesting the proposal documents
via FedBizOpps (see above) through the link contained in this announcement. Those
requesting specifications must first register at www.ccr.gov. Contact Heather Morrow,
Contracting Specialist, for questions concerning this announcement at 816-389-3320.
Technical questions should be directed to the Project Manager, Alan Gehrt, (816) 389-
3142. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=d55c9147d25a45976fdf58040e7b4830&tab=core&_cview=0
Posted 12/19/08
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, US Army Engineer
District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas
City, MO 64106-2896
PUBLICATION DATE: December 21, 2008
ISSUE: FBO-2582
SYNOPSIS AMENDMENT FOR AN ENVIRONMENTAL SERVICES IDIQ CONTRACT
(MOD)
SOL W912DQ-08-R-0015 DUE 013109 POC: Heather Morrow, 816-389-3320; 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 U.S. Army Corps of
Engineers, Kansas City District, intends to issue solicitations for Environmental Services
IDIQ contracts. Task orders issued under the contract may be located within CONUS,
Alaska, Hawaii, and U.S. Territories. It is anticipated that the majority of the work to be
completed under this contract will be in support of the Kansas City Districts (District)
Environmental Compliance/Environmental Quality Program in support of various
Department of Defense customers and clients such as, but not limited to, Army
installations, Army Reserve Regional Readiness Commands and Headquarters
elements, Major Commands, the National Guard Bureau and state agencies. However,
work performed may also include providing environmental support to the Districts civil
works and hazardous, toxic, and radio-active waste (HTRW) program areas, as well.
Contractor shall assist in performing a full range of military installation support and civil
works activities within the environmental pillars of compliance, conservation, restoration,
and pollution prevention. Supporting activities may include providing onsite support in
various environmental programs, as well as conducting studies and investigations,
preparing reports, database management; life, health safety planning and assessment
activities; and real estate activities. Such activities may include, but are not limited, to
planning, environmental/HTRW, safety and industrial hygiene, engineering, socioeconomic,
and real estate work. Engineering tasks may require experience in geological, civil, and
environmental engineering. Environmental tasks may require experience in biological,
chemical, geological, physical science, hazardous material and hazardous waste
management, database management and erosion and sedimentation control plans. Safety
and industrial hygiene tasks may require experience in industrial hygiene; developing site
specific work plans with accompanying sub plans, implementation and evaluation of
Contractor quality control plans. The NAICS code is 562910, and the small business size
standard of 500 employees. The solicitation will include the following know options: The
total capacity of the contracts awarded under this solicitation shall not exceed $9,500,000.
The total contract period will not exceed five years from date of award of contract. The
contract will consist of a base period not to exceed one year, with a maximum of four
one-year option periods. The RFP will be issued on or about the month of January 2009.
The option to exercise is a unilateral right of the Government based upon contractors
performance. The U.S. Army Corps of Engineers, Kansas City District anticipates the
award of a negotiated firm fixed price contract using source selection procedures to obtain
the greatest value for the Government. The Government intends to use the best value
process in selecting the contractor. Offerors should submit proposals that are acceptable
without additional explanation or information, as the Government may make a final
determination regarding acceptability solely on the basis of the initial proposal submitted.
The Government may proceed with award of the contract without discussions. The
Government will evaluate all proposals and establish a competitive range if necessary.
The evaluation team will comply with the U.S. Army Corps of Engineers, Kansas City
District Source Selection Policy with respect to nondisclosure, conflict of interest,
safeguarding of data and any other regulatory or statutory requirement therein stated or
referenced. Award of a contract will be contingent upon funding approval. The solicitation
will be available through the Federal Business Opportunities (FedBizOpps). All
responsible sources may submit a proposal, which will be considered by the agency.
FedBizOpps.gov is a secure website designed to safeguard sensitive but unclassified
(SBU) acquisition information. It is fully integrated with other electronic government
initiatives such as the Central Contractor Registration (CCR) database, and is available
for use by all Federal agencies. At a minimum all vendors must supply the following
information: Your Company Central Contractor Registration (CCR) Marketing Partner
Identification Number (MPIN) (You can get this from your company CCR Point of Contact),
Your Company DUNS Number or CAGE Code (Contact Dun & Bradstreet at 1-800-333-
0505 if you do not have a D&B Number), Your Telephone Number, and Your Email
Address. Any offeror submitting a proposal is required by the Federal Acquisition
Regulations to use the Online Representation and Certifications Application (ORCA).
ORCA is a web-based system that centralizes and standardizes the collection, storage
and viewing of many of the FAR required representations and certifications previously
found in solicitations. With ORCA you now have the ability to enter and maintain your
representation and certification information, at your convenience, via the Internet at
http://orca.bpn.gov. To register in ORCA, you will need to have two items: an active
Central Contractor Registration (CCR) record and a Marketing Partner Identification
Number (MPIN) identified in that CCR record. Your DUNS number and MPIN act as your
companys ID and password into ORCA. The basic information provided in your CCR
record is used to pre-populate a number of fields in ORCA. Once in ORCA you will be
asked to review pertinent information pre-populated from CCR, provide a point of contact,
and answer a questionnaire that contains up to 26 questions. The questionnaire is to help
you gather information that you need for your clauses. The questionnaire is not the official
version. Be sure to read the provisions carefully. The answers you provide are then
automatically entered into the actual FAR provisions. You are required to review your
information, as inserted, in context of the full-text provisions for accuracy; acknowledge
three additional read-only provisions; and click a time/date stamp before final submission.
You will need to review and/or update your ORCA record when necessary, but at least
annually in order to maintain active status. The list of plan holders will be based only on
those requesting the proposal documents via FedBizOpps (see above) through the link
contained in this announcement. Those requesting specifications must first register at
www.ccr.gov. Contact Heather Morrow, Contracting Specialist, for questions concerning
this announcement at 816-389-3320. Technical questions should be directed to the
Project Manager, Alan Gehrt, (816) 389-3142. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=b98546258db89b9e2c0591799a91b80a&tab=core&_cview=0
Posted 12/19/08
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, US Army Engineer
District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas
City, MO 64106-2896
PUBLICATION DATE: December 21, 2008
ISSUE: FBO-2582
SYNOPSIS AMENDMENT FOR AN ENVIRONMENTAL SERVICES IDIQ CONTRACT
(MOD)
SOL W912DQ-08-R-0016 DUE 013109 POC: Heather Morrow, 816-389-3320; 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 U.S. Army Corps of Engineers,
Kansas City District, intends to issue solicitations for Environmental Services IDIQ contracts.
Task orders issued under the contract may be located within CONUS, Alaska, Hawaii, and
U.S. Territories. It is anticipated that the majority of the work to be completed under this
contract will be in support of the Kansas City Districts (District) Environmental Compliance/
Environmental Quality Program in support of various Department of Defense customers and
clients such as, but not limited to, Army installations, Army Reserve Regional Readiness
Commands and Headquarters elements, Major Commands, the National Guard Bureau and
state agencies. However, work performed may also include providing environmental support
to the Districts civil works and hazardous, toxic, and radio-active waste (HTRW) program
areas, as well. Contractor shall assist in performing a full range of military installation support
and civil works activities within the environmental pillars of compliance, conservation,
restoration, and pollution prevention. Supporting activities may include providing onsite
support in various environmental programs, as well as conducting studies and investigations,
preparing reports, database management; life, health safety planning and assessment
activities; and real estate activities. Such activities may include, but are not limited, to
planning, environmental/HTRW, safety and industrial hygiene, engineering, socioeconomic,
and real estate work. Engineering tasks may require experience in geological, civil, and
environmental engineering. Environmental tasks may require experience in biological,
chemical, geological, physical science, hazardous material and hazardous waste
management, database management and erosion and sedimentation control plans. Safety
and industrial hygiene tasks may require experience in industrial hygiene; developing site
specific work plans with accompanying sub plans, implementation and evaluation of
Contractor quality control plans. The NAICS code is 562910, and the small business size
standard of 500 employees. The solicitation will include the following know options: The total
capacity of the contracts awarded under this solicitation shall not exceed $9,500,000.00.
The total contract period will not exceed five years from date of award of contract. The
contract will consist of a base period not to exceed one year, with a maximum of four
one-year option periods. The RFP will be issued on or about the month of January 2009.
The option to exercise is a unilateral right of the Government based upon contractors
performance. The U.S. Army Corps of Engineers, Kansas City District anticipates the
award of a negotiated firm fixed price contract using source selection procedures to obtain
the greatest value for the Government. The Government intends to use the best value
process in selecting the contractor. Offerors should submit proposals that are acceptable
without additional explanation or information, as the Government may make a final
determination regarding acceptability solely on the basis of the initial proposal submitted.
The Government may proceed with award of the contract without discussions. The
Government will evaluate all proposals and establish a competitive range if necessary.
The evaluation team will comply with the U.S. Army Corps of Engineers, Kansas City
District Source Selection Policy with respect to nondisclosure, conflict of interest,
safeguarding of data and any other regulatory or statutory requirement therein stated or
referenced. Award of a contract will be contingent upon funding approval. The solicitation
will be available through the Federal Business Opportunities (FedBizOpps). All responsible
sources may submit a proposal, which will be considered by the agency. FedBizOpps.gov
is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition
information. It is fully integrated with other electronic government initiatives such as the
Central Contractor Registration (CCR) database, and is available for use by all Federal
agencies. At a minimum all vendors must supply the following information: Your Company
Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN)
(You can get this from your company CCR Point of Contact), Your Company DUNS
Number or CAGE Code (Contact Dun & Bradstreet at 1-800-333-0505 if you do not have
a D&B Number), Your Telephone Number, and Your Email Address. Any offeror submitting
a proposal is required by the Federal Acquisition Regulations to use the Online
Representation and Certifications Application (ORCA). ORCA is a web-based system that
centralizes and standardizes the collection, storage and viewing of many of the FAR
required representations and certifications previously found in solicitations. With ORCA
you now have the ability to enter and maintain your representation and certification
information, at your convenience, via the Internet at http://orca.bpn.gov. To register in
ORCA, you will need to have two items: an active Central Contractor Registration
(CCR) record and a Marketing Partner Identification Number (MPIN) identified in that
CCR record. Your DUNS number and MPIN act as your companys ID and password into
ORCA. The basic information provided in your CCR record is used to pre-populate a
number of fields in ORCA. Once in ORCA you will be asked to review pertinent information
pre-populated from CCR, provide a point of contact, and answer a questionnaire that
contains up to 26 questions. The questionnaire is to help you gather information that you
need for your clauses. The questionnaire is not the official version. Be sure to read the
provisions carefully. The answers you provide are then automatically entered into the actual
FAR provisions. You are required to review your information, as inserted, in context of the
full-text provisions for accuracy; acknowledge three additional read-only provisions; and
click a time/date stamp before final submission. You will need to review and/or update your
ORCA record when necessary, but at least annually in order to maintain active status. The
list of plan holders will be based only on those requesting the proposal documents via
FedBizOpps (see above) through the link contained in this announcement. Those
requesting specifications must first register at www.ccr.gov. Contact Heather Morrow,
Contracting Specialist, for questions concerning this announcement at 816-389-3320.
Technical questions should be directed to the Project Manager, Alan Gehrt, (816) 389-
3142. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=b8c11113fe971e5f6f1ad6e186d8dd17&tab=core&_cview=0
Posted 12/19/08
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer
District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas
City, MO 64106-2896
PUBLICATION DATE: December 21, 2008
ISSUE: FBO-2582
WORLDWIDE ENVIRONMENTAL REMEDIATION SERVICES - SMALL BUSINESS
SET-ASIDE (MOD)
SOL W912DY08R0016 DUE 022009 POC: Paul Daugherty, 256-895-1456; POP: US Army
Corps of Engineers, Huntsville P. O. Box 1600, Huntsville AL 35807-4301. NAICS: 562910.
The U.S. Army Engineering and Support Center, Huntsville is soliciting proposals on a
restricted competitive small-business set-aside basis for Worldwide Environmental
Remediation Services (WERS) under RFP W912DY-08-R-0016. In order to accomplish this
mission, the Ordnance and Explosives program proposes to award multiple Indefinite
Delivery/Indefinite Quantity (ID/IQ) contracts, under which task orders will be either firm-
fixed price (FFP), cost-plus-fixed-fee (CPFF), FFP-Level of Effort (FP LOE), Cost Plus
Level of Effort (CP-LOE) or any combination of thereof. The awarded contracts will share
a programmatic capacity of $1.155 Billion. The period of performance is two years with 3
one-year renewal options. The RFP will be available for download from www.fedbizopps.gov
on 05 January 2009. Proposals are due 20 February 2009. The applicable North American
Industry Classification System (NAICS) code is 562910 remediation services. WERS will
support the Military Munitions Response Program (MMRP), the Hazardous, Toxic, and
Radiological Waste (HTRW) Program, clean up of Formerly Used Defense Sites (FUDS)
and Base Realignment and Closure (BRAC). WERS will also support overseas operations,
including, but not limited to, operations in Iraq. The Offeror(s) must be capable of
performing Conventional Munitions Responses, Recovered Chemical Warfare Materiel
(RCWM) Munitions Responses, other munitions-related services, and Hazardous, Toxic,
and Radioactive Waste (HTRW) Responses, all as necessary to permit lands and waters
to be safely and efficiently used for their intended purpose, to include (but not limited to):
Air monitoring; Blast effects engineering analysis; Case studies and associated reports;
Construction support; Educational training and other institutional controls; Environmental
Documentation (EA and EIS); Environmental Master Planning; Environmental
Management Systems (EMS); Engineering evaluations; Engineering support and/or
design Engineering management; Environmental Quality and Compliance Planning;
Feasibility studies; Geographical Information Systems (GIS). Geophysical mapping and
data management; Government property management and control; Long term
management; Monitoring (short and long term); Operations and Maintenance (short and
long term); Other Incidental Architectural/Engineering services; Permitting; Remedial
investigations; Remedial or removal actions; Restoration and advisory board or public
meeting support; Sampling and analysis Site investigations or inspections; Site security.
Additionally work will include clean up of Munitions and Explosives of Concern (MEC) or
other munitions related operations - to include: Ammunition depot operations and
management; Booby trap clearances; Demining operations; Disablement of
unconventional warfare explosive devices; Post-Battlefield munitions clearance; Range
and debris clearance. Overseas operations to include the above as well as Logistical
support and Security operations for personnel, materials and equipment in dangerous
areas or combat zones; Offerors must be able to perform all aspects of MMRP and
HTRW. All specified services may occur at sites located in the Continental United
States (CONUS) and outside CONUS (OCONUS), to include combat zones at which
MEC or other munitions were previously or are currently stored, evaluated, treated,
disposed of, or used for military training and operations. All Offerors must be able to work
CONUS, OCONUS and in combat theaters. Offerors must be able to provide all labor,
materials, facilities and equipment for performance of all work identified in individual task
orders; be cognizant of all applicable laws, regulations and guidance associated with the
work being accomplished, and ensuring that all work activities performed by contractor
personnel, sub-contractors and suppliers is executed as required by the applicable laws
and regulations. A pre-proposal conference is planned on/about 15 January 2008 in
Huntsville, AL. When preparations for the conference are finalized, the final date, time, and
location will be posted via modification of this announcement. The RFP will be available
for download from www.fedbizopps.gov on 05 January 2009. Proposals are due 20
February 2009. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=fea38e94fd4ff4f5081e9c07f1ccd14e&tab=core&_cview=0
Posted 12/19/08
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: December 21, 2008
ISSUE: FBO-2582
WORLDWIDE ENVIRONMENTAL REMEDIATION SERVICES (WERS) (MOD)
SOL W912DY08R0017 DUE 022009 POC: Paul Daugherty, 256-895-1456; POP: US Army
Corps of Engineers, Huntsville P. O. Box 1600, Huntsville AL 35807-4301. NAICS: 562910.
The U.S. Army Engineering and Support Center, Huntsville is soliciting proposals on an
unrestricted, full & open, competitive basis for Worldwide Environmental Remediation
Services (WERS) under RFP W912DY-08-R-0017. In order to accomplish this mission, the
Ordnance and Explosives program proposes to award multiple Indefinite Delivery/Indefinite
Quantity (ID/IQ) contracts, under which task orders will be either firm-fixed price (FFP),
cost-plus-fixed-fee (CPFF), FFP-Level of Effort (FP LOE), Cost Plus Level of Effort
(CP-LOE) or any combination of thereof. The awarded contracts will share a programmatic
capacity of $945 Million. The period of performance is two years with 3 one-year renewal
options. The RFP will be available for download from www.fedbizopps.gov on 05 January
2009. Proposals are due 20 February 2009. WERS will support the Military Munitions
Response Program (MMRP), the Hazardous, Toxic, and Radiological Waste (HTRW)
Program, clean up of Formerly Used Defense Sites (FUDS) and Base Realignment and
Closure (BRAC). WERS will also support overseas operations, including, but not limited to,
operations in Iraq. The Offeror(s) must be capable of performing Conventional Munitions
Responses, Recovered Chemical Warfare Materiel (RCWM) Munitions Responses, other
munitions-related services, and Hazardous, Toxic, and Radioactive Waste (HTRW)
Responses, all as necessary to permit lands and waters to be safely and efficiently used for
their intended purpose, to include (but not limited to): Air monitoring; Blast effects
engineering analysis; Case studies and associated reports; Construction support;
Educational training and other institutional controls; Environmental Documentation (EA and
EIS); Environmental Master Planning; Environmental Management Systems (EMS);
Engineering evaluations; Engineering support and/or design Engineering management;
Environmental Quality and Compliance Planning; Feasibility studies; Geographical
Information Systems (GIS). Geophysical mapping and data management; Government
property management and control; Long term management; Monitoring (short and long
term); Operations and Maintenance (short and long term); Other Incidental
Architectural/Engineering services; Permitting; Remedial investigations; Remedial or
removal actions; Restoration and advisory board or public meeting support; Sampling and
analysis Site investigations or inspections; Site security; Additionally work will include clean
up of Munitions and Explosives of Concern (MEC) or other munitions related operations -
to include: Ammunition depot operations and management; Booby trap clearances;
Demining operations; Disablement of unconventional warfare explosive devices;
Post-Battlefield munitions clearance; Range and debris clearance; Overseas operations
to include the above as well as Logistical support and Security operations for personnel,
materials and equipment in dangerous areas or combat zones; Offerors must be able to
perform all aspects of MMRP and HTRW. All specified services may occur at sites located
in the Continental United States (CONUS) and outside CONUS (OCONUS), to include
combat zones at which MEC or other munitions were previously or are currently stored,
evaluated, treated, disposed of, or used for military training and operations. All Offerors
must be able to work CONUS, OCONUS and in combat theaters. Offerors must be able
to provide all labor, materials, facilities and equipment for performance of all work identified
in individual task orders; be cognizant of all applicable laws, regulations and guidance
associated with the work being accomplished, and ensuring that all work activities
performed by contractor personnel, sub-contractors and suppliers is executed as required
by the applicable laws and regulations. A pre-proposal conference is planned on/about 15
January 2008 in Huntsville, AL. When preparations for the conference are finalized, the final
date, time, and location will be posted via modification of this announcement. The RFP
will be available for download from www.fedbizopps.gov on 05 January 2009. Proposals
are due 20 February 2009. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=7dfc6d551879b9c0041930c20f388773&tab=core&_cview=0
Posted 12/19/08
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: December 21, 2008
ISSUE: FBO-2582
MEXICO - CFE ENVIRONMENTAL REMEDIATION TECHNICAL ASSISTANCE (PRESOL)
SOL 200751020C DUE 021109 POC: John Kusnierek, (703) 875-4357, Fax: (703) 875-
4009, E-MAIL: jkusnierek@ustda.gov ***Please do not contact contracts office*** Proposal
Submission Place: Dr. Vicente Aguinaco, Gerente de Proteccion Ambiental Comision
Federal de Electricidad Periferico Sur 4156, Col. Jardines del Pedregal Del. Alvaro
Obregon, C.P. 01900, Mexico, D.F., Mexico, Phone: (52-55) 5229-4400 ext. 44000 Fax:
(52-55) 5229-4400 ext. 44007. NAICS: 541690. CFE Environmental Remediation Project,
Mexico: The Grantee (Comision Federal de Electricidad, CFE) invites submission of
qualifications and proposal data (collectively referred to as the "Proposal") from interested
U.S. firms that are qualified on the basis of experience and capability to conduct Technical
Assistance for the CFE Environmental Remediation Project. The objective of the CFE
Environmental Remediation Technical Assistance is to provide the Comision Federal de
Electricidad with environmental, health, and safety guidelines (EHS Guidelines) for
decommissioning, dismantling, and retrofitting closed power plants and substations. The
EHS Guidelines would cover areas such as soil erosion and sedimentation control, solid
and hazardous waste management, wastewater treatment, site remediation, noise
mitigation, and the protection of worker health and safety. The Terms of Reference (TOR)
for the Technical Assistance include the following tasks: 1) TA Kick-Off Meeting; 2) Site
Visits and Baseline Establishment; 3) Develop Environmental Guidelines; 4) Develop
Health and Safety Guidelines; 5) Develop Site Remediation Guidelines; 6) EHS Guidelines
Training Workshop; 7) U.S. Sources of Supply and Technology Review; 8) Developmental
Impact Assessment; and 9) Final Report. The U.S. firm selected will be paid in U.S. dollars
from a U.S. $328,050 grant to the Grantee from the U.S. Trade and Development Agency
(USTDA). A detailed Request for Proposals (RFP), which includes requirements for the
Proposal, the TOR, and a background Definitional Mission report, is available from
USTDA, at 1000 Wilson Boulevard, Suite 1600, Arlington, VA 22209-3901. To request
the RFP in PDF format, please go to: https://www.ustda.gov/businessopps/rfpform.asp
Requests for a mailed hardcopy version of the RFP may also be faxed to the IRC,
USTDA at 703-875-4009. In the fax, please include your firm's name, contact person,
address, and telephone number. Some firms have found that RFP materials sent by U.S.
mail do not reach them in time for preparation of an adequate response. Firms that want
USTDA to use an overnight delivery service should include the name of the delivery service
and your firm's account number in the request for the RFP. Firms that want to send a
courier to USTDA to retrieve the RFP should allow one hour after faxing the request to
USTDA before scheduling a pick-up. Please note that no telephone requests for the RFP
will be honored. Please check your internal fax verification receipt. Because of the large
number of RFP requests, USTDA cannot respond to requests for fax verification.
Requests for RFPs received before 4:00 PM will be mailed the same day. Requests
received after 4:00 PM will be mailed the following day. Please check with your courier
and/or mail room before calling USTDA. Only U.S. firms and individuals may bid on this
USTDA financed activity. Interested firms, their subcontractors and employees of all
participants must qualify under USTDA's nationality requirements as of the due date for
submission of qualifications and proposals and, if selected to carry out the USTDA-
financed activity, must continue to meet such requirements throughout the duration of the
USTDA-financed activity. All goods and services to be provided by the selected firm shall
have their nationality, source, and origin in the U.S. or host country. The U.S. firm may
use subcontractors from the host country for up to 20 percent of the USTDA grant amount.
Details of USTDA's nationality requirements and mandatory contract clauses are also
included in the RFP. Interested U.S. firms should submit their Proposal in English and
Spanish directly to the Grantee by 4:00 PM (Mexico City, Mexico), February 11, 2009, at
the above address. Evaluation criteria for the Proposal are included in the RFP. Price will
not be a factor in contractor selection, and therefore, cost proposals should NOT be
submitted. The Grantee reserves the right to reject any and/or all Proposals. The Grantee
also reserves the right to contract with the selected firm for subsequent work related to the
project. The Grantee is not bound to pay for any costs associated with the preparation and
submission of Proposals. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=34c9b077c5c193aa97ab45ab7a820969&tab=core&_cview=0
Posted 12/19/08
SPONSOR: United States Trade and Development Agency, USTDA, USTDA, 1000 Wilson
Boulevard, Suite 1600, C/O US TDA 1000 Wilson Boulevard, Suite 1600, Arlington, VA
22209-3901
PUBLICATION DATE: December 21, 2008
ISSUE: FBO-2582
STATISTICAL AND TECHNICAL SUPPORT FOR THE ASSESSMENT OF TOXIC
SUBSTANCES (SOL)
SOL PR-HQ-08-12896 DUE 011609 POC: SHARON D. HARGROVE, Contract Specialist,
Phone: (202) 564-4764, E-Mail: hargrove.sharon@epa.gov NAICS: 541620. The solicitation
has been issued and is available at http://www.epa.gov/oamhpod1/oppts_grp/0812896/
Proposals are due on January 16, 2009 at 3:00 PM. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=d3830f7b692eaf75b52bafffe13bef1f&tab=core&_cview=0
Posted 12/17/08
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: December 19, 2008
ISSUE: FBO-2580
MOLD REMEDIATION - BLD 122 (MOD)
SOL W912JF-08-R-1000 DUE 121908 POC: Benjamin P. Tice, 501-987-7992, E-MAIL:
benjamin.tice@arlitt.ang.af.mil . POP: Bld 122 CMSgt Williams Drive, Little Rock AFB,
Arkansas 72099. NAICS: 562910. THIS REQUIREMENT HAS BEEN CANCELLED. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=bf9158cd1ad60f48762ec3881c26f9b9&tab=core&_cview=0
Posted 12/16/08
SPONSOR: Department of the Army, National Guard Bureau, 189 AW/LGC, 112 CMS
Williams Drive, Little Rock AFB, Arkansas, 72099-4802
PUBLICATION DATE: December 18, 2008
ISSUE: FBO-2579
> FedBizOpps Notices for December 8-12, 2008
This update contains summaries of procurement and contract award notices issued between December 8-12, 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.
PARKVIEW WELL - OU 1 GW EXTRACTION/TREATMENT
(PRESOL)
SOL PR-R7-09-10017 DUE 021509 POC: Phyllis A. Carrasco,
Contract Specialist, 913-551-7349, E-Mail:
carrasco.phyllis@epa.gov. NAICS: 562910 -- Remediation
Services. The United States Environmental Protection Agency
in Region 7 has a requirement for groundwater extraction at
the Parkview Well OU1 site located in Grand Island, Hall
County, Nebraska (Comprehensive Environmental Response,
Compensation, and Liability Information System ID #
NEN000704456). The city of Grand Island has an estimated
population of 44,000 and lies north of the Platte River within
the floodplain. The Parkview Well site consists of an aquifer
contaminated with industrial chemicals, primarily chlorinated
volatile organics. Two groundwater contaminant plumes, the
Northern Plume with a source area on the CNH America
Facility and the Southern Plume with a source area at 3304
Engleman Road S., have been identified at the Parkview Well
site located in the southwestern portion of Grand Island. CNH
America under the oversight of the NDEQ is addressing
onsite soil and groundwater contamination of the Northern
Plume. Groundwater migrating east from the property
boundary of the CNH facility does not exceed cleanup levels.
The Parkview Well site has been separated into two Operable
Units (OUs): (1) OU 1 -- the interim remedial action to
address groundwater contamination within and near the
Parkview Subdivision and to protect private and municipal
wells impacted or threatened by the groundwater
contamination above cleanup levels; and (2) OU 2 -- the
site-wide final remedial action including the Southern Plume
source area and remaining groundwater contamination.
Contamination was discovered in 1999 when the Nebraska
Department of Health sampled the Grand Island public water
supply system during routine sampling. Contamination was
present in Parkview Well #3, one of the town's water supply
wells. The groundwater contamination extends approximately
3.5 miles from the southern plume source area into and
beyond the Parkview subdivision. The first Record of
Decision (ROD), an Interim ROD for OU 1, was signed in
September 2006. The selected remedy for OU 1 is
groundwater plume control via extraction wells, ex situ
treatment (carbon adsorption, air-stripping, or other
presumptive remedy technology, etc.), discharge of treated
water to the surface (storm sewers, sanitary sewers, etc) and
for beneficial reuse, Monitored Natural Attenuation (MNA),
alternate water supplies, and groundwater-use controls as
necessary to protect the private and municipal wells located
within and near the Parkview Subdivision and to treat
groundwater migrating toward the Parkview Subdivision. The
cleanup levels for OU 1 are the Maximum Contaminant
Levels (MCLs) for tetrachloroethene (PCE);
1,1-dichloroethene (1,1-DCE); and 1,1,1-trichloroethane
(1,1,1-TCA). These are are 5, 7, and 200 micrograms per
liter (ug/l), respectively. An MCL had not been established
for 1,1-dichloroethane (1,1-DCA) and, therefore, the U.S.
Environmental Protection Agency (EPA) Region 9 Preliminary Remediation Goal (PRG)
for tap water of 810 ug/l was used as the cleanup level. The OU 1 interim response action is
consistent with and complementary to the OU 2 final action selected for this site. Objectives
of this contract include construction of a treatment building, installation of extraction and
monitoring wells, installation of underground piping, and final inspection. Contractors will
provide the necessary labor services related to equipment and materials management. The
resultant contract is anticipated to be a Fixed Price with Incentives type contract which will
have a 15 month period of performance. This requirement is 100% set-aside for Small
Business The IFB, amendments and other information related to this procurement will be
posted on the EPA Office of Acquisition Management website at the following URL:
http//www.epa.gov/oam/regions. The Invitation for Bid is anticipated to be posted on or
before December 30, 2008. Award will be made to the lowest priced, technically acceptable
bidder who is deemed to be responsive and responsible. EPA Point of Contact: Phyllis
Carrasco, Contracting Officer; Phone: (913) 551-7349; e-mail: carrasco.phyllis@epa.gov
CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=45c166f561674b5031febc01704fbfc9&tab=core&_cview=0
Posted 12/10/08
SPONSOR: Environmental Protection Agency, Office of Acquisition Management, Region
VII, PLMG/RFMB/AAMS 901 North 5th Street Kansas City, KS 66101
PUBLICATION DATE: December 12, 2008
ISSUE: FBO-2573
INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT PRIMARILY FOR
ARCHITECTURAL AND GENERAL ENGINEERING SERVICES WITHIN THE
JURISDICTION OF THE NORFOLK DISTRICT AND NORTH ATLANTIC DIVISION,
CORPS OF ENGINEERS (PRESOL)
SOL W91236-09-R-0012 DUE 011309 POC: Debora Gray, (757) 201-7551. POP: US
Army Engineer District, Norfolk 803 Front Street, Norfolk VA 23510-1096. NAICS: 541330.
GENERAL CONTRACT INFORMATION: NAICS code for this procurement is 541330. This
announcement is open to all businesses regardless of size. Multidiscipline Design and/or
other Professional Services are being procured in accordance with the Brooks A-E Act
(PL-582) as implemented in Federal Acquisition Regulation (FAR) Subpart 36.6. Firms will
be selected for negotiation based on demonstrated competence and qualifications of the
required work. The proposed contract is required for design support primarily for
miscellaneous military projects within or assigned to the North Atlantic Division and Norfolk
District, U.S. Army Corps of Engineers. Work may include but not be limited to any or all of
the following: design, drafting, planning, military construction programming, construction
cost estimating, topographic or boundary surveys, on site construction management,
various engineering studies, site investigations, value engineering services, subsurface
geotechnical investigation, testing, and reports, design services for new construction and/or
renovation, demolition, and alterations of existing facilities, environmental studies, testing
and reports, hazardous materials testing, abatement, and other design services. All work
must be performed by or under the direct supervision of licensed professional Architects or
Engineers. The intent of this acquisition is to award more than one contract. The proposed
contract will be a negotiated firm, fixed-price Indefinite Delivery Indefinite Quantity Contract
(IDIQ). Each contract will have a base period of one-year from the date of award with
options to extend for up to three additional one-year periods. No contract will exceed a term
of four years and a maximum of $12,000,000 over a four-year period. Each task order
issued shall be firm-fixed price (as negotiated). The contract shall be awarded subject to
the availability of funds, FAR 52.23 2-18, because the contract shall not be fully funded at
the time of award. Funding shall be cited on individual task orders. If multiple contracts are
awarded under this announcement, the Contracting Officer will consider the following
factors in deciding which contractor will be selected to negotiate an order: (1) uniquely
specialized experience, (2) performance and quality of deliverables under any current
Indefinite Delivery Contracts, (3) current capacity and ability to accomplish the order in the
required time, (4) familiarity with design criteria/codes and construction methods used at
the locality, and (5) equitable distribution of work among the contractors. Price will not be
used as a criterion. This announcement is open to all businesses regardless of size. If a
large business firm is selected for this announcement, it must comply with the FAR
52.219-9 clause regarding the requirement for a subcontracting plan for that part of work
it intends to subcontract. The subcontracting goals for Norfolk District are as follows: at
least 51% of a prime firms intended subcontracted amount be placed with small businesses;
at least 9% be placed with small disadvantaged businesses; at least 7.3% be placed with
woman-owned small businesses; at least 7% be placed with service-disabled veteran-
owned small businesses; at least 3% be placed with a HUB-Zone small businesses. The
plan is not required as part of this submittal. Before a Small Disadvantaged Business is
proposed as a potential subcontractor, they must be registered in the database maintained
by the U.S. Small Business Administration (PRO-Net). Failure of a proposed small
disadvantaged business to be registered in PRO-Net at the time the responses are
submitted will result in their elimination as a proposed subcontractor. The Service Contract
Act will apply to this acquisition. Projects outside the primary area of responsibility may be
added upon approval of all parties and at the option of the Norfolk District, U.S. Army Corps
of Engineers. To be eligible for contract award, firms must be registered in the DoD Central
Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov or
by contacting the DoD Electronic Commerce Information Center at 1-888-227-2423. 2.
PROJECT SPECIFIC INFORMATION: No specific projects are identified at this time and
therefore funds are not presently available for the contract. As projects are received for
execution, use of contracts awarded under this announcement will be considered if A-E
Services are to be utilized. Work may include, but not be limited to general building
renovation work (i.e. repair/replacement of roofs, windows, doors, ceilings, floors, restrooms,
and exterior and interior building finished); and minor building additions and construction of
minor new facilities. Architect-Engineering (A-E) services that may be required under this
contract include Life Safety Code studies; interior space planning/design studies; DD Form
1391 documentation; plans; specifications; preparation of Requests for Proposals (RFPs)
for design/build projects; cost estimates; surveying; soil borings; hazardous material
identification and removal/remediation/abatement/restoration of facilities; sustainable design
practices; historical preservation; Americans with Disabilities (ADA) conformance; shop
drawing review; construction inspection; and engineering consultation services during
construction. The A-E shall be responsible for drawing preparation using computer-aided
design and drafting (CADD) software or Building Information Modeling (BIM) software, as
required by the specific task order. All drawings produced for this contract shall be in
compliance with the A/E/C CADD standards as issued by the CADD/GIS Technology
Center (http://tsc.wes.army.mil/products/standards/ AEC/intro.asp). The Government will
only accept the final products, without conversion or reformatting, in the Autodesk suite of
softwares (AutoCAD or Revit). Drawings produced by scanning drawings of record or
containing photographic images shall be delivered in a raster format compatible with
AutoCAD electronic digital format. GIS information shall adhere to the Tri-Service Spatial
Data Standards. Design Analysis and any other reports shall be prepared using MS-Word
(.doc). Specifications shall be prepared using SPECSINTACT software. Cost estimates
shall be prepared using MII software. 3: SELECTION CRITERIA: The selection criteria are
listed below in descending order of importance (first by major criterion and then by each
sub-criterion). Criteria a-e are primary. Criteria f through h are secondary and will only be
used as a tie-breaker among firms that are essentially technically equal. Recent = Projects
within the last five years. a) SPECIALIZED EXPERIENCE AND TECHNICAL
COMPETENCE: (1) Demonstrate recent experience by the prime firm and its consultants
with regard to the type of work listed above; (2) demonstrate recent experience by the
prime firm and its consultants with regard to the preparation of design/build RFPs; (3)
demonstrate knowledge of codes, laws, permits and construction materials and methods
in the contract area; (4) demonstrate the ability to prepare construction cost estimates using
Government furnished programs such as MII. Design Team members responsible for
construction cost estimating must demonstrate prior experience in use of MII software.
Identify specific projects on which MII has been utilized; (5) demonstrate the ability to
prepare specifications using Government furnished programs such as Specsintact; (6)
demonstrate the ability to prepare construction drawings using AutoCAD or Revit. Firms
shall identify what software versions they are currently utilizing; and (7) demonstrate the
ability to provide data files on CD or DVD, create CAL raster files and pointer file of all
CAD drawings, create PDF files of specifications and other documents (This includes
scanning documents where direct file conversion to.pdf is not possible), access the Internet
and submit data by File Transfer Protocol (ftp) utilizing an ftp client. b) PROFESSIONAL
QUALIFICATIONS: Indefinite delivery contracts will require each A-E contractor (either
in-house or through a consultant) as a minimum, the following: Two (2) Registered
Architects, One (1) Certified Landscape Architect, One (1) Certified Interior Designer,
One (1) Registered Electrical Engineer, One (1) Registered Mechanical Engineer, One (1)
Registered Civil Engineer, One (1) Registered Geo-Tech Engineer specializing in
geo-technical analysis and reporting, a certified soil boring and testing firm, One (1)
Registered Structural Engineer, One (1) Registered Communication Engineer, Qualified
means Registered Communications Distribution Designer (RCDD) accredited by Building
Industry Consulting Service International (BICSI) and have a current active RCCD
registration, plus be a Registered Electrical Engineering. One (1) Registered Fire Protection
Engineer, One (1) Registered Environmental Engineer, A certified testing lab, One (1)
registered Surveyor as well as survey crew personnel. One (1) Qualified Cost Estimators.
Qualified means a professional degree with demonstrated experience. The evaluation will
consider education, training, registration, overall and relevant experience, and longevity
with the firm. None of the required personnel can be dual disciplined, i.e. a separate
employee must be provided for each stated requirement above to meet the number
required. The professional team submitted shall include at least one LEED certified
Architect. Submitting firms should demonstrate the education, training, registration, overall
and relevant experience, and longevity with the firm of key management and technical
personnel. Resumes should be provided for each of the personnel listed above. Repeat the
resume page as required to provide information on all personnel referenced. The firm must
ensure that resumes are provided for each of the personnel specifically required. Resumes
for the survey crew, drill crew and testing labs are not required. c) PAST
PERFORMANCE: Demonstrate success in providing cost, schedule, and resource
estimates which were within 10% of actual construction contract cost, schedule, and
resource allocations observed, providing quality work, and compliance with task order or
contract performance schedules. Documentation of this past performance shall be provided
in tabular format for easy understanding by the board. Demonstrate past performance in
successfully preparing DOD Design-Bid-Build type project packages and Design-Build
projects. The evaluation will also consider other credible documentation included in the
firms qualification statement; including letters of reference and recommendation. d)
CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME: Firms must
demonstrate the ability of their design team by: providing examples of quality work, present
examples of management tools that validate competence with budgetary and scheduling
constraints, and presenting a recent history of compliance with performance schedules.
Specific project delivery due dates and actual date completed must be provided.
e) DESIGN QUALITY CONTROL: Include a draft design quality control plan. It should
include a brief presentation of internal controls and procedures that the firm uses to ensure
that a quality design is produced. The following items (f through h) are secondary criteria:
f) GEOGRAPHIC PROXIMITY: Proximity of the firm to the Norfolk District HQ Office.
Include Prime firms distance (in terms of POV driving miles) from the Norfolk District office.
g) SUBCONTRACTING: Extent of participation of SB, SDB, historically black colleges and
universities, and minority institutions in the proposed contract team, measured as a
percentage of the estimated effort. h) VOLUME OF DoD CONTRACT AWARDS: Firms
(Prime only) must show their last 12 months DoD contract awards stated in dollars.
4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements.
Interested firms having the capabilities to perform this work must submit one copy of SF
330 for the prime firm and all consultants, to the US Army Corp of Engineers, Norfolk
District, 803 Front Street, Norfolk, VA 23510-1096, ATTN: Ms. Debbie Gray not later than
2:00 PM on 13 January 2008. The SF 330 will be no longer than 100 pages in length
(excluding the SF330, Part IIs) and Block H will be 15 pages or less in length. Each printed
side of a page will count as one page. Font size shall be 10 or larger. Resumes in Section
E and Example Projects in Section F shall not exceed one page each. Indicate in Section
C.11 if the prime has worked with the team members within the last five years. In section
E, registrations must include the year, discipline and state of registration. In section E,
firms with more than one office must indicate each key persons office location. In Section
G.26, include the firm each of the key personnel is associated with. Release of firm status
will occur within 10 days after approval of the selection. No other information including
pamphlets or booklets is requested or required. No other general notification to firms under
consideration for this project will be made. Facsimile transmissions will not be accepted.
Note 24.This acquisition is for architect-engineer (A-E) services, and is procured in
accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the Federal
Acquisition Regulation. A-E firms meeting the requirements described in this
announcement are invited to submit: (1) Standard Form (SF) 330, Architect-Engineer
Qualifications, Parts I and II, and (2) any requested supplemental data to the procurement
office shown. Firms registering for consideration for future Federal A-E projects are
encouraged to electronically submit SF 330 Part II, General Qualifications, to ORCA,
https://orca.bpn.gov/login.aspx, and to update at least annually. Firms with a SF 330
Part II on file in this central Federal database do not need to submit a Part II for this
acquisition unless directed by the announcement. Following an evaluation of the
qualifications and performance data submitted, the firm or firms that are considered to be
the most highly qualified to provide the type of services required will be chosen for
negotiation. Selection of firms for negotiation shall be made in order of preference based
on the demonstrated competence and qualifications necessary for satisfactory
performance in accordance with the specific selection criteria listed in the announcement.
THIS IS NOT A REQUEST FOR PROPOSAL. SOLICITATION PACKAGES WILL NOT
BE PROVIDED. This is a combined synopsis/solicitation for commercial items prepared
in accordance with the format in Subpart 12.6, as supplemented with additional information
included in this notice. This announcement constitutes the only solicitation; proposals are
being requested and a written solicitation will not be issued. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=af248d307be3b6a2235a49b031083f94&tab=core&_cview=0
Posted 12/10/08
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer
District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096
PUBLICATION DATE: December 12, 2008
ISSUE: FBO-2573
PASSIVE SAMPLE ANALYSIS AND DATA INTERPRETATION (PRESOL)
SOL RFQ-RT-09-00044 DUE 122409 POC: John Southerland, Purchasing Agent, (919)
541-3416. NAICS Code: 541690. The U.S. Environmental Protection Agency (U.S. EPA)
has a requirement to address the following needs regarding interpretation and analysis of
passive sampling results: Compare passive PM10-2.5 concentrations with those
determined by collocated FRM monitors and determinebias in the passive sampler
measurements; Compare passive PM10-2.5 concentrations to satellite estimates based
on aerosol optical depth (AOD); Compare results from passive samples analyzed by optical
microscopy with those for collocated passive samples analyzed by SEM/EDS; Assess
temporal variability of PM10-2.5 across sites; Assess spatial variability of PM10-2.5 within
the Cleveland urban area, and Assess variability in PM10-2.5 chemical composition across
sites. This action is being pursued on a sole source basis because Dr. Peters designed a
passive sampling field study which served as a model for the recent Cleveland field study
that will provide data for this requirement. Furthermore, Dr. Peters is also responsible for
developing a scientific approach preliminarily estimating the PM10-2.5 variability within the
Cleveland urban area based on modeling the aerosol optical depth (AOD) from historic
satellite data. The same approach will be used for this requirement, as well, to provide a
comparison between PM10-2.5 concentration surfaces determined by passive samplers
and by AOD data. Dr. Peters expertise and working knowledge of previous projects related
to this requirement establishes him as the only person that can efficiently and promptly
provide the required services. NAICS Code 541690 applies with a small business size
standard of $7M. The intent of this notice is to determine if any other sources(s) exist, and
therefore, no solicitation (RFQ) is available. Interested parties who can meet the above
requirements may submit written qualification statements fully explaining their capability
no later than 15 days after the date of this publication. Consequently, anyone failing to
provide the aforementioned and instead chooses to merely submit a routine letter
requesting a copy of the statement of work or more information about the project will be
ignored. Please submit response to the U.S. EPA, Attn: John Southerland Jr (MC-E105-02),
RTP Procurement Operations Division, Research Triangle Park, NC 27711. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=c6629e92050dd4624dc6a02f377d6fae&tab=core&_cview=0
Posted 12/10/08
SPONSOR: Environmental Protection Agency, Office of Acquisition Management, RTP
Procurement Operations Division, E105-02, Environmental Protection Agency, Ord Service
Center/Nerl, Rtp Procurement Operations Division, Research Triangle Park, NC 27711
PUBLICATION DATE: December 12, 2008
ISSUE: FBO-2573
TECHNICAL SUPPORT FOR ENVIRONMENTAL REMEDIATION PROJECT TEAMS
(PRESOL)
SOL DE-EI30-09CC00078 DUE 121908 POC: Barry Page, Contracting Officer,
513-246-0547, barry.page@emcbc.doe.gov ; Sonya Knight, Contract Specialist,
513-246-0056. The Department of Energy (DOE) is currently in the acquisition planning
stage for the procurement of Subject Matter Experts (SMEs) to provide technical expertise
to support project teams working on large procurements that will be run out of DOE's Office
of Environmental Management. The procurements that the assistance will be provided for
will pertain to environmental remediation and other related activities. This support will
include assistance in drafting pre-award documents such as Statements of Work as well as
assistance in analyzing proposals that are received in response to Requests for Proposals.
The expertise to be provided may include but will not necessarily be limited to the following
functional areas: 1.) Chemical Engineer review of chemical processes; analysis of
technology opportunities for established chemical processes; defining operating conditions
for new and established chemical processes 2.) Civil/Structural Engineer structural analysis
of proposed construction; model evaluation 3.) Mechanical Engineer risk analysis;
ventilation/Heating, Ventilating and Air Conditioning (HVAC)/airflow analysis; process
manuals/startup procedures 4.) Nuclear Engineer risk analysis; hazards analysis 5.)
Nuclear Physicist nuclear material storage analysis; risk analysis 6.) Metallurgical/Materials
Engineer materials analysis; aging studies 7.) Radiation Physicist/Health Physicist risk
analysis; contamination control; As Low As Reasonably Achievable (ALARA) analysis 8.)
Mining Engineer seismic studies 9.) Electrical Engineer facility modification analysis; utility
system analysis 10.) Transportation options analysis for transporting hazardous and
radioactive wastes and materials; rail shipment techniques analysis 11.) Environmental
Engineer soil and groundwater remediation option analysis; waste management
technologies; groundwater modeling 12.) Geologist/Geophysicist/Geological Engineer soil
modeling analysis; groundwater modeling analysis 13.) Project Manager project integration
activities 14.) Project Controls Specialist integrated network schedule development; Earned
Value Management System (EVMS) analysis 15.) Integrated Safety Management
Specialist requirements analysis; readiness reviews 16.) Criticality Engineer nuclear
material storage analysis; criticality analysis 17.) Industrial Safety/Industrial Hygiene
Engineer process procedures; Industrial Safety/Industrial Hygiene (IS/IH) process
analysis 18.) Ecologist land management analysis 19.) Regulatory Compliance/National
Environmental Policy Act (NEPA) Specialist regulatory framework analysis 20.) Quality
Assurance Specialist quality assurance plans 21.) Safeguards and Security Specialist
security plans; safeguards procedure analysis 22.) Demolition Specialist facility demolition
planning; hazards planning; explosives safety; safety protocols and facility operations
safety analysis The North American Industry Classification System (NAICS) code for
these requirements is 541620, Environmental Consulting Services, and the small
business size standard is $5 million. THIS ANNOUNCEMENT IS NOT A REQUEST
FOR PROPOSALS (RFP) AND SHALL NOT BE CONSTRUED AS A COMMITMENT
BY THE GOVERNMENT TO AWARD A CONTRACT AT THIS TIME. The purpose of
this announcement is to identify small disadvantaged business concerns under the Small
Business Administrations 8(a) program with the capabilities to provide technical expertise
in some or all of the 22 functional areas listed above. All interested 8(a) companies are
hereby invited to submit a capability statement of no more than ten pages to demonstrate
their ability to provide expertise in some or all of the 22 functional areas listed above. An
8(a) company may submit a capability statement that includes the expertise of partner
companies under a teaming arrangement. However, at least 50% of the total cost of all
services provided most be incurred by or for personnel of the 8(a) company pursuant to the
Federal Acquisition Regulation (FAR) clause at 52. 219-14 entitled Limitations on
Subcontracting (DEC 1996). The Government will evaluate each capability statement
based on the demonstrated experience and expertise of the 8(a) firm and its partners, if
applicable, in some or all of the 22 functional areas listed above. Capability statements
shall be received electronically via DOEs Industry Interactive Procurement System (IIPS)
at http://doe-iips.pr.doe.gov no later than 5:00 p.m. Eastern Standard Time on Friday,
December 19, 2008. After reviewing the capability statements received in response to this
announcement, DOE will select multiple companies to conduct capability interviews with
to more fully assess the depth and breadth of each companys experience across the 22
functional areas listed above. The selected companies and their teaming partners, if
applicable, will be invited to participate in the capability interview. As a result of the
capability interviews, DOE anticipates the award of at least one and possibly up to three
Basic Ordering Agreements (BOAs) under the Small Business Administrations 8(a)
program. Task orders will subsequently be awarded under each BOA on an as needed
basis by the project teams requiring consulting services to assist them with the
procurements they are working on. These project teams will be responsible for preparing
detailed descriptions of the required assistance and submitting these descriptions to one
or more of the companies awarded a BOA. The company or companies would then be
responsible for submitting a cost proposal for the work to be performed that would include
all of the proposed costs, including travel. Funds will be obligated to each task order and
not to the BOA itself. Interested parties are requested to provide the name of a contact
person, phone number, address of firm, detailed information demonstrating their
understanding of the 22 functional areas identified above as well as their qualifications,
capabilities, experience and past performance history for such work. The Government will
not pay for any information that is provided in response to this announcement nor will it
compensate any respondents for the development of such information. DOE personnel
may contact firms responding to this announcement to clarify a responders capabilities
and other matters as part of this market research process. All questions pertaining to this
announcement shall be submitted and answered electronically through IIPS. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=30f4a8a6e7bb8f257b7e8f3f6dabd083&tab=core&_cview=0
Posted 12/08/08
SPONSOR: Department of Energy, Federal Locations, All DOE Federal Contracting Offices,
EM Consolidated Business Center, Office of Contracting, 250 E. 5thStreet, Suite 500,
Cincinnati, OH
PUBLICATION DATE: December 10, 2008
ISSUE: FBO-2571
TECHNICAL SERVICES- GOLDSIM DEVELOPMENT (PRESOL)
SOL DE-RQ30-09CC00073 DUE 122408 POC: F. Robert Ribail, Contracting Officer,
513-246-0222, E-Mail: Robert.Ribail@emcbc.doe.gov The United States Department of
Energy (DOE), Environmental Management Consolidated Business Center (EMCBC) Office
of Contracting, is pursuing a sole source contract with Predicus LLC, 300 NE Gilman Blvd,
Suite 100, Issaquah, Washington 98027 pursuant to the Federal Acquisition Regulation
(FAR) Subpart 6.302-1, authorized by 41 U.S.C. 253 ( c ) (1). The proposed contract will be
for an 18 month period of performance beginning on or about March 1, 2009. DOE intends
to solicit and negotiate with only one source and no other sources will be considered. This
notice satisfies the requirement of FAR Part 5. The contract is for specialized technical
services necessary for further development of an existing DOE, GoldSim Demonstration
Model Software Program which will be used in DOEs Prioritization Risk Integration
Simulation Model (PRISM). PRISM is being developed by DOE to manage approximately
80 projects for environmental restoration. Some of these projects will extend for over 40
years before they are complete. Most DOE sites where operations have taken place,
including those managed by EM, are subject to some combination of Federal Facilities
Agreements (FFAs), Consent Orders, Consent Decrees, Settlement Agreements, and/or
Administrative Agreements, all of which may set forth enforceable milestones. Failure to
meet enforceable milestones can lead to enforcement actions, protracted milestone
renegotiations, negative publicity, and additional regulatory constraints. Reasons for
missing milestones are generally attributable to execution challenges that were not
anticipated during upfront project planning. These may include inadequate risk
management/mitigation measures, unforeseen changes in internal (DOE) or external
(State/EPA) regulatory requirements, unanticipated escalation in labor and commodity
costs, inadequate project management, and/or funding shortfalls. Effective project risk
management planning and execution is essential given the broad portfolio of sites,
commitments, and issues EM faces every day. EMs funding priorities are subject to
challenge by the Office of Management and Budget, Congressional committees, State
representatives, vendors seeking earmarks, and other affected stakeholders. There is
competition for funding within and among EM site offices and contractors, each seeking
sufficient funding to meet baseline and regulatory commitments. When funding is
inadequate to meet those commitments or when unforeseen issues require more time
and money than previously anticipated, baselines cannot be met and enforceable
milestones are in jeopardy. Despite the additional rigor that DOE M 413.3 has brought
to EM project planning, a more exact and insightful understanding of the hard and soft
risks can reduce surprises. A hard risk is a risk that is technical in nature while a soft risk
refers to project risks that are not technical in nature such as political, public or legal
rejection of a proposed project or project component, risks of rejection by regulatory
agencies, commodity escalation, human capital availability, funding risks and other risks
that can be difficult to quantify or otherwise account for using most planning and analysis
techniques. Some of the larger restoration projects, such as those being conducted in
Richland, Washington (Hanford Site) for the remediation of the tank farms and cleanup
of the overall site, have put considerable effort into understanding and modeling project
risks. But even with those large, long-term projects, soft risks and inter-project cascading
risks may not have been adequately recognized during the baseline planning. In addition,
the methods of establishing uncertainty estimates have not used uniformly rigorous
probability encoding or similar techniques to remove bias and overly optimistic
assumptions. DOE EM is therefore seeking a more rigorous and uniformly applied risk
management approach with predictive value of its many projects. The approach used
must be transparent, objective, and of value in EM interactions with OMB, Congress,
State and Federal regulators, and Tribal Nations. The approach must also provide tools
that will assist EM and Site Managers in the renegotiation or establishment of new
milestones within agreements, consent orders, and/or consent decrees. This revised
approach must be capable of accommodating a range of consistent risk metrics that are
important to DOE, its regulators and stakeholders, OMB, and Congress and that can be
expressed in quantifiable terms such as project cost/schedule risks, and health/
environmental risks. The approach must allow project performance needs to be predicted
and measured within uncertain frameworks. Complex-wide integration needs to be
structured to use or build up existing project risk assessments to the extent possible.
The integration process must allow for periodic updating and evaluation of the probability
of success for each project. The techniques used and outcomes predicted must be
understandable, defensible, and credible across the broad spectrum of entities EM
regularly engages with. Finally, the techniques used must be suitable for ongoing
implementation by EM and the people who manage and execute its projects once the
system is set up and people are trained in its use. To achieve the desired risk
management approach, DOE is developing PRISM, an integrated risk-based model, that
will encompass all EM projects. As stated earlier, PRISM will integrate a variety of
models into a Goldsim model. DOE has invested significant resources in the development
of the STRIP (Strategic Integration Database), a predecessor of the GoldSim, therefore, it
is determined that to use a substitute model entails incurring developmental costs that
cannot be recouped through full and open competition. The GoldSim model can integrate
results of individual project/contract-based, site specific DOE-EM project risk analysis, and
address interactions and dependencies between individual projects; facilitate
decision-analysis for evaluation and comparison of alternative plans of activities; rapidly
assess the impacts of alternative budget/funding scenarios; simulate the occurrences and
consequences of all identified significant risks that might affect projects, including technical
(hard risks) and non-technical (soft risk) risk factors; estimate the overall impacts
associated with the wastes and the activities involving them. Impacts include, at a
minimum, costs, schedules, worker health and safety, public health and safety,
environmental risk, regulatory compliance and public acceptability; and can also simulate
the status of multiple waste systems and multiple DOE radionuclide inventory, processing
or characterizing or packaging activities, and transport activities. Each stream is followed
from its initial state through to its final stabilized or disposed rate. The GoldSim Technology
Group, LLC, the owner of the technology has granted Predicus LLC, an exclusive right to
further develop this model. Business concerns may submit a proposal and rationalize as
to why they should be considered by January 9, 2009 to: Mr. F. Robert Ribail, EMCBC,
250 E. 5th St., Cincinnati, OH 45202 or Robert.Ribail@emcbc.doe.gov. The North
American Industry Classification System (NAICS) Code for this requirement is 541611.
Small Business Interested parties believing they have all of the capabilities described
above may written submit capability statements to provide all of the services. The written
response must include a general technical proposal for performing the services mentioned
in this announcement, past performance, client information for similar work, resumes of
individuals who would be potentially assigned to the work and a rational why your firms
solution would be in the Governments best interest. The capabilities statement describing
and demonstrating the above, shall be submitted within 15 days of publication of this notice
to the following address: U.S. Department of Energy, Environment Management
Consolidated Business Center, 250 East Fifth St., Suite 500, Cincinnati, OH 45202;
attention: Mr. Robert Ribail THIS IS NOT A FORMAL REQUEST FOR PROPOSALS
UNDER FAR PART 15 OR AN INVITATION FOR BIDS UNDER FAR PART 14. IF
PARTIES CHOOSE TO RESPOND, ANY COST ASSOCIATED WITH THE
PREPARATION AND SUBMISSION OF DATA OR ANY OTHER COSTS INCURRED
IN RESPONSE TO THIS ANNOUNCEMENT ARE THE SOLE RESPONSIBILITY OF
THE RESPONDENT AND WILL NOT BE REIMBURSED BY THE GOVERNMENT.
See note 22. Point of Contact: F. Robert Ribail, Contracting Officer, 513-246-0222,
Robert. Ribail@emcbc.doe.gov. Wilmari Delgado, Contract Specialist, 513-246-0566,
Wilmari.Delgado@emcbc.doe.gov CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=79d4e8ecfa0ae54648e3df721338a2bc&tab=core&_cview=0
Posted 12/08/08
SPONSOR: Department of Energy, Federal Locations, All DOE Federal Contracting
Offices, EM Consolidated Business Center, Office of Contracting, 250 E. 5thStreet, Suite
500, Cincinnati, OH
PUBLICATION DATE: December 10, 2008
ISSUE: FBO-2571
BIO-HAZARD WASTE REMOVAL (GREEN BAY CBOC) (PRESOL)
SOL VA-69D-09-RQ-0109 DUE 122308 POC: Lorenzo Lopez, Contracting Officer. NAICS:
562212. The Great Lakes Acquisition Center (GLAC) in Milwaukee, WI is soliciting quotes
to provide labor, material, tools, equipment, supervision and travel for removal of bio-
hazard waste for the Green Bay VA CBOC located at 141 Siegler Street, Green Bay, WI
54303. Solicitation is estimated for the period beginning date of award through September
30, 2009 plus four (4) Option Renewal periods. NAICS: 562212. Size Standard is $12.5
million. This solicitation is a Full and Open (unrestricted). All responsible sources may
submit an offer. The solicitation and specifications will be issued and made available on the
Federal Business Opportunities (FedBizOpps) website: http://www.fedbizopps.gov. Any
amendments to this solicitation will also be available at the URL addresses. Offerors are
advised that they are responsible for obtaining amendments. Requests for hard copy
solicitation must be in writing to the GLAC Contact Point and accompanied by a check for
$10.00 made out to the Department of Veterans Affairs. No telephone requests will be
accepted. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=13f0eb704a25d3e32504cc35d275cd02&tab=core&_cview=0
Posted 12/11/08
SPONSOR: Department of Veterans Affairs, VA Great Lakes Healthcare System,
Department of Veterans Affairs Great Lakes Healthcare System, Department of Veterans
Affairs;GLAC (69D);5000 W. National Ave; Milwaukee WI 53295-0005
PUBLICATION DATE: December 13, 2008
ISSUE: FBO-2574
UNRESTRICTED MULTIPLE AWARD MILITARY MUNITIONS SERVICES CONTRACTS
(MAMMS)FORMILITARY MUNITIONS (MM) & ENVIRONMENTAL REMEDIATION
SERVICES. CONTRACTS HAVE A COMBINED TOTAL CAPACITY OF $180,000,000
(AWARD)
SOL W912DR08R0001 DUE 073009 POC: Jeffrey May, (410) 962-5617. CNT
W912DR09D0002-0006 AMT 180000000 LINE 0001 DTD 112608 TO: Parsons
Infrastructure and Technology Group, Pasadena, CA 91124 (W912DR-09-D-0002); URS
Group, Gaithersburg, MD 20878 (W912DR-09-D-0003); CH2M Hill, Englewood, CO 80111
(W912DR-09-D-0004); Shaw Environmental and Infrastructure, Inc., Edgewood, MD
21040 (W912DR-09-D-0005); Weston Solutions, Inc., 1400 Weston Way, West Chester,
PA 19380 (W912DR-09-D-0006). NAICS: 562910. No Description Provided CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=908af0cbf34ea333343fa23dfc6a25b0&tab=core&_cview=0
Posted 12/10/08
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, US Army Corps of
Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
PUBLICATION DATE: December 12, 2008
ISSUE: FBO-2573
![purple divider](https://webarchive.library.unt.edu/eot2008/20090116103111im_/http://www.clu-in.org/images/bars/purple.gif)
http://www.clu-in.org/cbdcrnt.cfm
Page Last Modified: January 11, 2009
![](https://webarchive.library.unt.edu/eot2008/20090116103111im_/http://www.clu-in.org/images/dotclear.gif) |