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 19-23, 2009
purple divider

This update contains summaries of procurement and contract award notices issued between January 19-23, 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 SUPPORT SERVICES AT U.S.
ARMY DUGWAY PROVING GROUND (DRAFT
RFP) - DRAFT RFP AND TECHNICAL EXHIBITS
(PRESOL)
SOL W911S6-09-R-0005 DUE 020409 POC: Eric Vokt,
435-831-2107. POP: Mission Installation Contracting
Command Directorate of Contracting, Building 5330
Valdez Circle Dugway UT 84022-5000. NAICS:
562112. The Mission and Installation Contracting
Command; Dugway Proving Ground, Utah Directorate
of Contracting (hereinafter referred to as the
Government) is seeking comments on a DRAFT
Request for Proposal for the Environmental Support
Services requirement to be performed at the U.S. Army,
Dugway Proving Ground (DPG) installation. The
successful contractor shall operate a Central Hazardous
Waste Storage Facility (CHWSF), provide related
CHWSF and additional hazardous / non-regulated waste
management functions, and provide regulatory
compliance support for the DPG Directorate of
Environmental Programs (DEP). These services are
required to enable DPG to operate a State of Utah
permitted hazardous waste storage facility in compliance
with State of Utah permit UT 3750211259, issued
March 15, 1994, and comply with all Federal, State and
Army requirements. It is intent of the Government to
issue competitive HUBZone set-aside, firm-fixed-price /
cost reimbursable solicitation (W911S6-09-R-0005) for
this requirement. The applicable NAICS code is 562112
($12.5 million). The proposed solicitation is planned to
be for one (1) 12-month base term; four (4) 12-month
option terms. Any information / comments provided to
the Government are strictly voluntary and at no cost to
the Government. The official solicitation will be
announced separately. This announcement does not
constitute a Request for Proposal, or a request for
competitive proposals, and it does not restrict the
Government as to the ultimate acquisition approach. The
draft solicitation and the associated technical exhibits
will be available online at the FBO website. Comment
procedures are as follows: (1) All comments shall be
provided in writing and electronically submitted as a
Microsoft Word or Adobe Acrobat pdf attachment to the
following email address: eric.s.vokt@us.army.mil. The
following shall be in the subject line of the email: Comments for draft RFP
W911S6-09-R-0005. (2) Any comments addressing a specific item in the draft RFP
shall reference the section and applicable paragraph number. (3) Any comments not
addressing a specific item in the draft RFP shall be marked as GENERAL. (4) In
order to conform to established milestone dates, all comments regarding the draft
RFP shall be submitted no later than 5:00 PM (prevailing local time at U.S. Army
Dugway Proving Ground, Utah) on 4 February 2009. The point of contract
concerning this draft RFP is Mr. Eric S. Vokt, Contract Specialist at email
eric.s.vokt@us.army.mil. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=54956fbe3ad83682efd749f3518e70f2&tab=core&_cview=0
Posted 01/20/09
SPONSOR: Department of the Army, Army Contracting Agency, North Region,
ACA, Dugway Proving Ground, Division of Contracting, Building 5330 Valdez
Circle, Dugway, UT 84022-5000
PUBLICATION DATE: January 22, 2009
ISSUE: FBO-2614


EXTENSION OF CONTRACT NNA05AC42C ENVIRONMENTAL SERVICES
(PRESOL)
SOL NNA05AC42C DUE 020309 POC: Lupe M. Velasquez, Contracting Officer,
650-604-4522, Fax 650-604-3020, E-MAIL: lupe.m.velasquez@nasa.gov NAICS:
541620. NASA/ARC intends to extend contract NNA05AC42C with Integrated
Science Solutions, Inc. on a sole-source basis pursuant to 10 U.S.C. 2304(c)(1),
Only One Responsible Source. The objective is to extend the performance period
for up to nine months, consisting of a six month base and three one-month options.
The principal purpose of this contract is to provide a environmental support to
NASA Ames Research Center. The current Contractor provides the following
mission critical support services under the Environmental contract for the following
areas: Environmental Compliance, Pollution Prevention and Sustainability, Wildlife
and Habitat Conservation and NEPA Compliance, Site Investigation and
Restoration, and Environmental Management Systems. The purpose ofthis contract
is to assure continuing compliance with numerous Federal, State, and
localenvironmental laws, regulations, and policies in carrying out NASA/ARC's
mission criticalprograms, projects, and activities. The extension will extend the
period of performance of the current contract NNA05AC42C,for a base period of
six months, from March 4, 2009 through September 3, 2009.Thisextension will also
include three one-month options, if extended will cover the period ofSeptember 4,
2009 through December 3, 2009. The current contractor, Integrated
ScienceSolutions, Inc. is considered the only contractor that can meet NASA Ames
Research Center's needs given the short period of performance for the extension.
Awarding a six-month contract to another source, at the same time recompetition
of the follow-on is inprocess, would not allow for sufficient phase-in period,
thereby affecting the seamlesscontinuity of services and cause unacceptable
delays in fulfilling the Center'srequirements.The Government does not intend to
acquire a commercial item using FAR Part 12.See Note26. Interested organizations
may submit their capabilities and qualifications to perform the effort in writing to
the identified point of contact not later than 2:30 p.m. local timeon February 3,
2009. Such capabilities/qualifications will be evaluated solely for thepurpose of
determining whether or not to conduct this procurement on a competitive basis. A
determination by the Government not to compete this proposed effort on a full and
open competition basis, based upon responses to this notice, is solely within the
discretion of the government. Oral communications are not acceptable in response
to this notice. All responsible sources may submit an offer which shall be
considered by the agency.An Ombudsman has been appointed. See NASA Specific
Note linked to FBO site. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=64f97f347513659966fb6c92f654543a&tab=core&_cview=0
Posted 01/23/09
SPONSOR: NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA
94035-1000
PUBLICATION DATE: January 25, 2009
ISSUE: FBO-2617


HAZARDOUS WASTE REMOVAL (PRESOL)
SOL VA-263-09-RP-0126 DUE 022009 POC: Crystal Dobbins,
Crystal.Dobbins@va.gov POP: VA Medical Center; 2501 W 22nd Street; Sioux
Falls, SD 57105. NAICS: 562211. The Department of Veterans Affairs, VA
Healthcare System intends to award a Firm Fixed Price contract to a qualified firm
with the capability and capacity to provide hazardous, dual waste services, lab
packs and removal of non-hazardous chemical waste from Sioux Falls Medical
Center in accordance with current federal, state and local regulations. Services
shall include all labor, materials, tools, equipment, analysis, travel, transportation,
documentation, waste treatment, disposal and support services required to
categorize, package, transport, document and dispose of hazardous, dual wastes,
lab-packs, and non-hazardous chemical waste from the Sioux Falls VA Medical
Center. NAICS 562211-$12.5M. Solicitation will be available on the website o/a
1/28/2009. Any amendments issued will also be posted on the website and it is the
offeror's responsibility for obtaining any amendments. Request for hard copy
solicitation must be in writing to the Contracting Officer (90C), VAMC, 2501 W
22nd St, Sioux Falls, SD 57105 or FAX 605-333-6829. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=9ca0716b0f587d09dddcfd33b5ba61f5&tab=core&_cview=0
Posted 01/23/09
SPONSOR: Department of Veterans Affairs, Sioux Falls VAMROC, Department of
Veterans Affairs Medical and Regional Office Center, Department of Veterans
Affairs; VA Medical & Regional Office Center; 2501 W. 22nd St.; Sioux Falls
SD 57105
PUBLICATION DATE: January 25, 2009
ISSUE: FBO-2617


MISCELLANEOUS REMEDIATION CONSTRUCTION SERVICES, BUNKER
HILL MINING AND METALLURGICAL COMPLEX SUPERFUND FACILITY
FOR THE STATES OF IDAHO AND WASHINGTON (PRESOL)
SOL W912DW-09-R-0005 DUE 030309 POC: Scott Britt, (206) 764-3517. POP:
US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
98124-3755. NAICS: 237990. Seattle District requires a firm fixed price indefinite
delivery indefinite quantity (IDIQ) contract for remediation services, including (but
not limited to) to remediation services such as management of tailings piles,
capping of surface soils, dust control, slope stabilization, bank stabilization, access
control, disposal of contaminated soils, surface water management, road and
culvert repair, and restoration of surface and re-vegetation. Personnel shall meet
requirements of 29 CFR 1910.120, Safety and Health for Hazardous Waste Sites.
This project is open to SBA-certified HUBZone business ONLY. The North
American Industry Classification System (NAICS) Code is 237990 with a size
standard of $31million. For the purposes of this procurement, a firm is a small
business if its annual average gross revenue, taken for the last 3 fiscal years, does
not exceed $31million. For information concerning NAICS and SBA size
standards, go to http://www.sba.gov. Issue of the solicitation will be in electronic
format only. No disks or hard copy will be available. Follow the registration
procedures at this site to receive notification of solicitation/amendment posting.
Pursuant to Federal Acquisition Regulations (FAR), the solicitation will be
available for download no earlier than 15 days following the posting of this
synopsis. There is no technical information available until the issue of the
solicitation via the Internet. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=c05bd7213b1cc856c4330d88474224bd&tab=core&_cview=0
Posted 01/22/09
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, U.S. Army
Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA
98124-3755
PUBLICATION DATE: January 24, 2009
ISSUE: FBO-2616


ON-SITE SUPPORT FOR APPCD (SNOTE)
SOL EP-C-04-023 POC: Renita A Tyus, (513) 487-2094, E-MAIL:
tyus.renita@epa.gov POP: 26 W. Martin Luther King Drive, Cincinnati, OH 45268.
NAICS: 541330. The U.S. EPA intends to negotiate on a sole source basis, under
the authority of the FAR 6.302-1, with ARCADIS US, Inc. the contractor shall
provide on-site laboratory support for the office of research and development, air
pollution prevention and control division for an additional one (1) month period
beginning 03/01/09. This is not a request for proposal. Sources wishing to be
considered must submit documentation to the office identified above.
Documentation must be submitted within 15 calendar days of the date of
publication of this notice. Submit your request in writing to Renita Tyus at the
address above or email at tyus.renita@epa.gov. Telephone requests will not be
honored. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=782c9728fd6f5a7e4369b0210d4eb6d0&tab=core&_cview=0
Posted 01/22/09
SPONSOR: Environmental Protection Agency, Office of Acquisition Management,
EPA/Ohio, 26 West Martin Luther King Drive, Cincinnati, OH 45268
PUBLICATION DATE: January 24, 2009
ISSUE: FBO-2616


REGIONAL OVERSIGHT CONTRACT (ROC) (PRESOL)
SOL PR-R3-09-10014 DUE 021109 POC: James M. Clark, Placement Contracting
Officer, 215-814-5198, E-Mail: clark.jim@epa.gov ; Jeffrey Fang, Contract
Specialist, 215-814-5312, E-Mail: fang.jeffery@epa.gov NAICS: 562910.
SUBJECT: R - Regional Oversight Contract (ROC) for Federal facilities, FUDS, or
FUSRAP sites in EPA Region III, which includes the states of Pennsylvania,
Maryland, Delaware, Virginia, West Virginia, and the District of Columbia. DESC:
The U.S. Environmental Protection Agency (EPA) requires Federal Facility
oversight services to support the Agency in its mission of oversight and
enforcement both Comprehensive Environmental Response, Compensation, and
Liability Act (CERCLA) and Resource Conservation and Recovery Act (RCRA)
activities at sites located at active, closing, closed, or former Federal facilities,
including a Formerly Used Defense Site (FUDS) or Formerly Used Site Remedial
Action Program (FUSRAP) site, and, to a lesser extent, non-Federal facilities within
the geographic boundaries of EPA Region III. The Federal Facilities Compliance
Act of 1992 waives sovereign immunity for Federal hazardous waste generators,
CERCLA 120 and the extensive oversight responsibilities to EPA for hazardous
waste remediation projects at Federal facilities. To fulfill these responsibilities,
EPA reviews technical documents generated by the facility (or its contractor),
approves remedies, oversees removals, assists in deliberations leading to
agreements with other Federal agencies or non-Federal potentially responsible
parties (PRPs), and determines appropriate penalties where necessary. The
successful offeror will be required to demonstrate competency in the following
areas: technical document review; meeting support; field activities and data review;
and technical support for such activities as CERCLA Site assessments, Remedial
Investigations/Feasibility Studies, Removals, Remedial Designs, post-Record of
Decision (ROD) actions, community involvement and outreach, data management
services, military munitions response services, radiation, and negotiations. For the
purposes of this procurement, the Agency will determine if an offeror has a
pre-award potential conflict of interest (COI) if it currently holds a prime
contract or subcontract with any party (other than EPA) for work related to
CERCLA or RCRA activities, remedial planning or implementation, or reuse
planning or development at sites located at an active, closing, closed, or former
Federal facility within EPA Region III. Any such potential conflict will be
evaluated by EPA prior to award. This procurement is a small business set-aside
using NAICs code 562910, Environmental Remediation Services (Firms with 500
employees or less) and will result in the competitive award of one (1) indefinite
delivery/indefinite quantity (ID/IQ) - type contract with a minimum guarantee of
$50,000 and a maximum of $1.5 million. The contract will be Fixed Hourly Rates
with indirect rate ceilings and charges for direct labor, travel, and other direct costs
(ODCs). The period of performance will consist of a one year base period and four
option years. The work will be handled via task orders. The resulting contract will
be awarded based on technically acceptable / lowest price. The selected firm will
be required to submit a cost proposal, contract management plan, internal COI
procedures, COI screen of Region III Federal Facility sites, quality assurance plan,
procedures for handling confidential business information, health and safety plan,
and plan for delivering analytical services. In order to be awarded a contract, these
must be deemed acceptable by EPA and agreement must be reached on a
reasonable price. Prior to award, contractor will also be required to have an
acceptable accounting system that allows for segregation of costs. The solicitation
is scheduled for release on or about February 11, 2009. The POC for this
solicitation is James M. Clark, (P) 215-814-5198. Requests for additional
information should be emailed to clark.jim@epa.gov CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=d76faea494efb10c6c042d7bf6b5adad&tab=core&_cview=0
Posted 01/21/09
SPONSOR: Environmental Protection Agency, Office of Acquisition Management,
Region III, Contracts Branch (3PM10), Contracts Branch (3PM10) 1650 Arch Street
Philadelphia, PA 19103
PUBLICATION DATE: January 23, 2009
ISSUE: FBO-2615


RAND HISTORIC MINING COMPLEX PROJECT RI/FS (SRCSGT)
SOL L09PS00013 DUE 020209 POC: Julia B Lang, 916-978-4527, E-MAIL:
julang@blm.gov NAICS: 562910. The Bureau of Land Management, California
State Office, Sacramento, CA plans to modify Delivery Order L07PD00253 against
GSA Contract GS10F0160J for the Rand Historical Mining Complex (RHMC)
located at the BLM Ridgecrest Field Office, Ridgecrest, CA. The title of the
project is Remedial Investigation/Feasibility Study (RI/FS). The reason for the
modification is to add additional sampling to include Ambient Air Monitoring and
Biomonitoring to the Contract at an additional cost of $296,872. The contractor
Ecology and Environment Inc. was selected based on best value under GSA E-Buy
Request for Quotes based on their experience, knowledge, and past performances
in the CERCLA arena. This modification is extremely important to the overall
process to adequately assess existing potential hazardous conditions located in
RHMC and development of appropriate cleanup processes. If you have any
questions or concerns regarding this modification, please contact Julia Lang,
Contracting Officer at julang@ca.blm.gov on or before February 2, 2009. CITE:
https://www.fbo.gov/?s=opportunity&mode=form&id=4a2dc1f926d5abcef0a00d87ddd919d6&tab=core&_cview=0
Posted 01/20/09
SPONSOR: Department of the Interior, Bureau of Land Management, California
Region, L CA-State Ofc. Bus. Svcs. BR (CA944), 2800 Cottage Way, Suite W-1834,
Sacramento CA 95825
PUBLICATION DATE: January 22, 2009
ISSUE: FBO-2614

purple divider

http://www.clu-in.org/cbdcrnt.cfm
Page Last Modified: January 25, 2009