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

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

purple divider

View Notices for:
> FedBizOpps Notices for January 5-9, 2009
purple divider

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

purple divider

http://www.clu-in.org/cbdcrnt.cfm
Page Last Modified: January 11, 2009