Notices for July 27-31, 2009
This update contains summaries of procurement and contract award notices issued between July 27-31, 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.
RECOVERY--Z--DREW POINT WELL REMEDIATION (SRCSGT)
SOL: L09PS01074
DUE: 080505
POC: Hayden, Barbara L, 303-236-9433, E-MAIL: barbara_hayden@blm.gov POP:
Prudhoe Bay, AK 99734. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/DOI/BLM/NCR/L09PS01074/listing.html
NAICS: 238910. RECOVERY, DREW POINT TEST
WELL #1, WELL PLUGGING/ABANDONMENT AND RESERVE PIT REMEDIATION, SOURCES
SOUGHT NOTICE: Bureau of Land Management, Department of the Interior,
National Operations Center, Denver, Colorado, has a requirement for reserve
pit remediation and well plugging and abandonment located within the
National Petroleum Reserve, approximately 70 miles southeast of Barrow,
Alaska. Work shall include but not be limited to management, supervision,
labor, personnel, supplies, materials, equipment, machinery and tools for
project completion, planning, permitting, sampling and analysis,
mobilization and demobilization which shall maximize the use of water
features in the area for any proposed ice road construction, in addition to
camp establishment in extreme temperatures (-40 degrees), adverse
conditions and limited daylight, all under artic conditions. The
requirements of this project include obtaining Alaska Department of
Environmental Conservation site closure for the reserve pit facility by
removing the drilling mud, any scrap metals encountered and other regulated
reserve pit contents. Diesel from the well bore shall be removed, and the
well plugged and abandoned. Objectives include 1. Excavate capping
materials, drilling mud and ice, covering the capping materials and
drilling mud; 2. Transport reserve pit contents to an approved disposal
facility; 3. Remove the diesel fuel in the well bore and properly dispose
or recycle materials; 4. Remove the well head and plug, cap and cut the
well to approximately 5-10 feet below sea level; and 5. Excavate and
backfill the well cellar, including segregating and properly disposing of
contaminated soils if encountered, and 6. Transport any scrap metals and
solid wastes to a State of Alaska-permitted landfill, and recycle metal
where applicable. It is anticipated field operations shall begin February
2010 and be completed by May 2010. It is estimated final reports and
project closeout shall be completed by December 2010. Magnitude of
construction is greater than $10,000,000. NAICS code is 238910, Site
Preparation Contractors, size standard $14.0 million. Contractor shall be
able to bond in excess of $45,000,000. THIS IS NOT A REQUEST FOR PROPOSAL.
The intent of this sources sought notice is to identify potential offerors.
A determination by the government on how to compete this proposed action
based on the responses to this notice is solely within the discretion of
the government. All responsible sources may submit their qualifications,
including the following information via email to bhayden@blm.gov : 1.
Geographic location of business 2. size of business (large/small) 3.
socio-economic criteria (8A, HUBZone, SDVO, etc.) and 4. statement of
contractor past performance of the same or similar work performed under
artic Alaska conditions, and 5. Statement of bonding capacity. All
responsible sources may submit a response; telephone or facsimile inquiries
and/or responses will not be accepted. Responses shall be accepted through
close of business on Wednesday, August 05, 2009.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=8d1d653af551b7be89638b7cd353e821&tab=core&_cview=0
Posted: 07/28/09
SPONSOR: Department of the Interior, Bureau of Land Management, National
Centers Region, L OC-NOC CONST A&E SEC(OC664)DENVER FEDERAL
CENTER DENVER CO 80225
PUBLICATION DATE: July 30, 2009
ISSUE: FBO-2803
COMPLETE RANGE OF ENVIRONMENTAL SERVICES INCLUDING BUT NOT LIMITED TO;
REMEDIATION, COMPLIANCE, INVESTIGATIONS AND ENVIRONMENTAL STUDIES AND
DESIGNS. (MOD)
SOL: W912QR-09-ENVIROMENTAL SERVICES CONTRACT
DUE: 081409
POC: T. Hale Bjorn, 502-315-6196, E-MAIL: bjorn.t.hale@usace.army.mil
POP: US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place,
Room 821, Louisville KY 40202-2230. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-09-ENVIROMENTALSERVICESCONTRACT/listing.html
NAICS: 562910. This is a modification to the original Market Survey statement
concerning the response date; which was wrtten as follows: "All interested
Small Business, HUBZone small business, 8(a) small business, or Service
Disabled Veteran Owned small business contractors should notify this office
in writing by mail on or before 23 July 2009 at 1200 (noon) Eastern
Standard Time." The notice should have been written with a due date of 14 August
2009.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=c2f7bd0e0d51da7f3b10ceda4ca39dca&tab=core&_cview=0
Posted: 07/30/09
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, U.S. Army
Engineer District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821,
Louisville, KY 40202-2230
PUBLICATION DATE: August 1, 2009
ISSUE: FBO-2805
PICK-UP, REMOVAL AND DISPOSAL OF HAZARDOUS WASTE AT DRMO ANCHORAGE AND DRMO
FAIRBANKS, ALASKA AND SURROUNDING AREAS. (PRESOL)
SOL: SP4500-09-R-0011
POC: Michelle L. Watson, 269-961-5086, E-MAIL: michelle.watson@dla.mil; Joseph
Bednar, 269-961-7546, joe.bednar@dla.mil POP:
Alaska. WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DLA/J3/DRMS/SP4500-09-R-0011/listing.html
NAICS: 562211. Defense Reutilization and Marketing Service (DRMS) has a requirement
for removal, transportation, and disposal of hazardous waste at Anchorage
DRMO and Fairbanks DRMO, Alaska and surrounding areas. The solicitation is
expected to be issued after August 17, 2009 with responses due after
September 16, 2009. The solicitation will result in a single award,
firm-fixed price, Indefinite Quantity Indefinite Delivery (IDIQ) contract.
The contract will have an 18-month base period, and two 18-month option
periods. Performance will be directed by the issuance of individual written
task orders against the contract. Numbered Note 26 applies. The
solicitation will be issued as solicitation number SP4500-09-R-0011 and
will be posted on the DRMS webpage: http://www.drms.dla.mil/newproc/solicit
ations.shtml Offerors are advised to monitor this web page for the
soliciation issuance and for any Amendments issued after posting.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=f25d5bba30bccd5cc2f2eefc3fc3c153&tab=core&_cview=0
Posted: 07/29/09
SPONSOR: Defense Logistics Agency, DLA Acquisition Locations, Defense
Reutilization and Marketing Service, Federal Center, 74
Washington Avenue North, Battle Creek, MI 49037-3092
PUBLICATION DATE: July 31, 2009
ISSUE: FBO-2804
REPORT ON PARTITION AND DIFFUSION COEFFICIENTS (PRESOL)
SOL: RFQ-OH-09-00086
DUE: 081309
POC: Courtney Whiting, Purchasing Agent, (513) 487-2002, E-MAIL: whiting.courtney@epamail.epa.gov
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/EPA/OAM/OH/RFQ-OH-09-00086/listing.html
NAICS Code: 541990. In accordance with FAR Part 12 Commercial Acquisition Procedures, the U.S.
EPA Office of Research and Development (ORD), Air Pollution Prevention and Control
Division (APPCD) requires a report on determination of partition and
diffusion coefficients for formaldehyde and selected building materials.
This project will investigate formaldehyde source emissions and sink effect
and evaluate selected green building products on indoor air quality for
supporting EPA's formaldehyde regulations and formaldehyde risk
assessments. The Contractor shall experimentally determine the material/air
partition coefficients (K) and effective diffusion coefficients (De) for
formaldehyde with 3 different building materials under different relative
humidity (RH) and room temperature. The test materials will be provided by
the EPA Project Officer. They are: conventional gypsum wallboard (painted),
"green" wallboard certified by widely accepted certification program
(painted); and "green" carpet certified by widely accepted certification
program.This is not a small business set-aside. The applicable NAICS code
is 541990. Award will be made using a Best Value Analysis based on
Trade-Offs. All responsible sources considering themselves qualified may
submit a quote which shall be considered by the Agency. Any firm believing
itself capable of providing the required report must request a copy of the
RFQ in writing within fifteen (15) days of electronic posting of this
notice. Requests should be submitted in writing to Courtney Whiting via
email at whiting.courtney@epa.gov. Telephone responses and fax responses
will not be honored.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=f26f5b77772799ebbf0c37a56d06e398&tab=core&_cview=0
Posted: 07/29/09
SPONSOR: Environmental Protection Agency, Office of Acquisition Management,
EPA/Ohio, Specialized Service
Center/Cin. Proc. Operations Div., 26 West Martin Luther King
Drive, Cincinnati, OH 45268
PUBLICATION DATE: July 31, 2009
ISSUE: FBO-2804
IDIQ A-E CONTRACT FOR HAZARDOUS TOXIC RADIOLOGICAL WASTES AND MUNITIONS AND
EXPLOSIVES OF CONCERN (HTRW AND MEC) FOCUSED ENGINEERING, INVESTIGATION AND
DESIGN SERVICES WITHIN THE SOUTH PACIFIC DIVISION (SRCSGT)
SOL: W91238-09-S-9213
DUE: 081109
POC: Carol A. Dones, 916-557-7318, E-MAIL: carol.a.dones@usace.army.mil
POP: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA 95814. WEB:
FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA05/W91238-09-S-9213/listing.html
NAICS: 541330. This is a SOURCES SOUGHT
ANNOUNCEMENT to be used for Market Analysis only, to determine whether a
minimum of 3 highly qualified A-E firms, capable of performing all of the
stated types of A-E services, exists within the Small Business Community.
ALL SMALL BUSINESS CONCERNS, INCLUDING 8 (a) PROGRAM PARTICIPANTS, HUBZONE,
SMALL DISADVANTAGED, WOMAN-OWNED, VETERAN-OWNED OR SERVICE DISABLED VETERAN
OWNED SHOULD RESPOND TO THIS ANNOUNCEMENT. NO SOLICITATION IS AVAILABLE AT
THIS TIME. 1. CONTRACT REQUIREMENT: The anticipated contract, when
solicited, will be procured in accordance with the Brooks A-E Act as
implemented in FAR Subpart 36.6. This procurement will be conducted under
North American Industrial Classification System Code (NAICS) 541330, FSC
Code: C219, SIC Code: 8711. The small business size standard for this code
is $4,500,000.00. To be considered a Small Business under this NAICS Code,
the respondents average revenue for the last three fiscal years cannot be
more than $4,500,000.00; if the average revenue for the last three fiscal
years is over $4,500,000.00, the respondent is classified as a Large
Business. All respondents, in their response to this notice, MUST identify
their business size relative to the NAICS code. Respondents are required to
state in their response whether the firm is a Small Business Concern, 8(a)
Program participant, HUBZone Small Business Concern, Small Disadvantaged
Business Concern, Woman-owned Small Business Concern, Veteran-owned Small
Business Concern or Service Disabled Veteran owned Small Business Concern.
All questions regarding this project or size status should be directed to
the Contracting Officer, Carolyn Mallory, at (916) 557-5203, fax (916)
557-7854, email Carolyn.E.Mallory@usace.army.mil. When the requirement is
solicited, firms will be selected for negotiation based on demonstrated
competence and qualifications for all of the required work. The anticipated
type of contract is one (1) type of small business concern, Firm Fixed
Price, 5 Year/ $9.9M total, (Base Year and 4 Option Years, each for $1.98M)
IDIQ contracts. If the contract is set aside for Small Business, FAR
52.219-14, Limitations on Subcontracting, will be included in the contract.
The clause requires that at least 50 percent of the cost of contract
performance incurred for personnel shall be expended for employees of the
concern. The Secretary of the Armys Contractor Manpower Reporting (CMR)
requirement will be incorporated into the anticipated contract. The annual
CMR requirement will apply to each task order which is funded by Army
dollars; supports an Army mission; which benefits or supports any Army
military, civilian, or contractor personnel; or when the Army is the
executive agency for the mission being supported. The A-E will be allowed
to include their costs for compliance with the CMR requirement as a line
item in their price proposal for each task order subject to the CMR
requirement. Further information is available at https://cmra.army.mil. 2.
PROJECT INFORMATION: A-E services are required to provide for Hazardous
Toxic Radiological Wastes and Munitions and Explosives of Concern (HTRW and
MEC)-Focused Engineering, Investigation & Design Services. The contract is
intended to be in support of the South Pacific Division-wide Environmental
professional services within the South Pacific Division civil and military
geographic boundaries. This work will include all Architectural-Engineering
(A-E) and related services necessary to complete the assigned task orders
for studies and designs. A specific scope of work and services will be
issued with each task order. Task orders to be issued under this contract
will require significant professional engineering services and engineering
recommendations; evaluations of alternatives cost engineering studies,
feasibility studies, corrective measures studies, water or air resources
corrective action plans, proposed plans for environmental contamination
remedy selection, Engineering Evaluation of Cost Analysis (EE/CA);
treatability studies; pilot scale studies; general investigation and design
studies; and design activities in support of NEPA, CERCLA, RCRA, Munitions
and Explosives of Concern (MEC) or other regulatory compliance;
environmental studies/plans for various environmental regulations including
but not limited to land management issues, asbestos, lead based paint and
the munitions rule; geophysical surveys; ground water and surface water
modeling. The information to be evaluated includes the results from soil,
ground water, surface water, and air sampling. This information must be
evaluated within the context of a conceptual site model and with
consideration of applicable regulatory criteria. Risk assessment results,
when applicable, must also be included in the evaluation. Potential
contaminants to be evaluated include hazardous waste, petroleum products,
and low level radiation. Other potential services to be provided under t
his contract that may be required in support of the above services include:
soil, surface water, and groundwater sampling and testing; monitoring well
installation; preparation of environmental documentation including health
and safety plans, quality assurance and quality control plans, project
management plans, data management plans, and community relations plans;
related studies for water quality, air emissions, low level radiation,
hazardous waste and miscellaneous requirements; preparation of cost
estimates (M-CACES), preliminary assessment/site investigations, remedial
investigations and preservation surveys. Work will predominantly be within
the South Pacific Divisions area of responsibility but could occur in other
states as required by specific Federal Agency customers or at the direction
of HQUSACE, as determined by the Contracting Officer. 3. QUALIFICATIONS:
All interested Small Business firms, including 8(a) Program participant,
HUBZone Small Business, small disadvantaged business, woman-owned small
business, veteran-owned small business or service disabled veteran owned
small business are encouraged to respond to this notice and may respond to
this announcement by submitting a capability statement which addresses the
following key areas: (a) Ability to execute multiple task orders
simultaneously. (b) Ability to evaluate complex chemical data and to place
it into context through the use of a conceptual site model. (c) Ability to
evaluate the fate (origin, transport, degradation, etc.) of chemical
contaminants in the environment. (d) Ability to apply critical thinking
regarding the contaminant point of origin and responsible party. (e)
Knowledge of innovative and cost effective technologies that would minimize
long term site management commitments. (f) Ability to prepare feasibility
reports/corrective action plans that meet California Water Board and DTSC
(or equivalent at other states) requirements. (g) Ability to evaluate all
the above and make a recommendation for remediation. (h) The contractor
shall be responsible for designs and drawings using computer aided design
and drafting (CADD). Work may be performed in an AutoCAD, MicroStation, or
equal environment. Responding firms must show computer and Internet
capability for accessing the Criteria Bulletion Board System (CBBS)
http://cbbs.spk.usace.army.mil/index.html and the Design Review and
Checking System (DrChecks) https://www.porjnet.org. Estimates shall be
prepared using Corps of Engineers Computer Aided Cost Estimating System
(M-CACES Second Generation MII) software. (Software provided by Government
- Point of contact will be provided at the time the solicitation is
issued.) Primary disciplines required are civil, structural, hydraulic,
geotechnical, and cost engineering. Secondary disciplines which may be
required include mechanical, electrical engineering, architectural,
landscape architects, hydrology, geology, seismology, construction. 4.
SUBMISSION REQUIREMENTS: All interested Small Business firms, including
8(a) program participant, HUBZone small business, small disadvantaged
business, woman-owned small business, veteran-owned small business or
service disabled veteran owned small business are encouraged to respond to
this notice and may respond to this announcement by submitting statements
of qualifications following the instructions below. The qualification
statement is limited to 6 pages, single sided total; however, your
certification of type of small business (for 8(a) and HUBZone only) is
required with this submittal, but will not be counted in the total pages.
If a one page transmittal or cover page is included it will not be counted
in the total pages. Two (2) copies in their entirety need to be provided.
The responses must be specific to each of the qualifications listed above
to show that the respondent meets each qualification or has the skills and
experience; if a response does not show that the respondent meets each of
the qualifications and possesses the skills and experience, it will not be
considered by the Government. Again this is not a request for proposals or
quotation; there is no solicitation available at this time. A determination
by the government to proceed with the acquisition as a set-aside for 8(a)
program, HUBZone, small business, etc. or unrestricted is within the
discretion of the government. All responses are due in hard copy only to
the US Army Corps of Engineers, Sacramento District, and ATTENTION: Carol
A. Dones, 1325 J Street, Room 878, Sacramento, CA 95814-2922, not later
than 4:00 pm (local time) on response date, listed above. Point of Contact
Carolyn E Mallory, 916-557-5203 Email your questions to US Army Engineer
District, Sacramento at Carolyn.E.Mallory@usace.army.mil Place of
Performance Address:US Army Engineer District, Sacramento 1325 J. Street,
Sacramento CA Postal Code:95814 Country:US.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=4b1cbe1a767389f73837f8c7ba8f85a2&tab=core&_cview=0
Posted: 07/31/09
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, US Army
Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
PUBLICATION DATE: August 2, 2009
ISSUE: FBO-2806
REMEDIATION OF ASBESTOS, MOLD, AND LEAD BASED PAINT AT FT. BLISS, TX
(PRESOL)
SOL: W911SG-09-R-0015
DUE: 101509
POC: Luis Trinidad, 915-568-2503, E-MAIL: luis.trinidad@us.army.mil POP:
ACA, Fort Bliss Directorate of
Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
79916-6812. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/USA/DABK/DABK05/W911SG-09-R-0015/listing.html
NAICS: 562910. Synopsis: The
Mission & Installation Contracting Command, Directorate of Contracting,
Fort Bliss, Texas intends to issue a solicitation for a fixed priced
indefinite delivery indefinite quantity (IDIQ), multiple award contract to
perform remediation of asbestos, mold, and lead based paint. Work performed
for this project will be located on Fort Bliss Military Reservation
including the Main Post, Biggs Army Airfield areas, William Beaumont Army
Medical Center areas, and Logan Heights areas in El Paso County, Texas.
Work may also be accomplished at various range locations in the counties of
Dona Ana and Otero in the southern part of the state of New Mexico. The
applicable North American Industrial Classification System Code (NAICS)
code is 562910, Remediation Services with a size standard of $14 million.
This acquisition will be a competitive 100% 8(a) set-aside. The Government
anticipates a contract length of 12 month base period and four (4) one-year
option periods. The solicitation will be issued as a request for proposal
utilizing FAR Part 15, lowest price technically acceptable source selection
process. The magnitude of this project is expected to be between
$25,000,000 and $100,000,000. This RFP is conducted in accordance with FAR
Part 36 Construction Contracts and bonding is required in the form of bid
guarantee, payment and performance bonds. This requirement may include
Recovery Act projects on individual tasks orders. The Government
anticipates release of the solicitation on or about August 17, 2009, with a
projected closing date of October 2, 2009. This solicitation and all
amendments will be issued through the Army Single Face to Industry (ASFI)
at https://acquisition.army.mil/asfi and Federal Business Opportunities
Website (FedBizOpps) at https://www.fbo.gov/. Offerors are required to
check the above websites daily to be notified of any changes to this
solicitation. These are projected dates and are subject to change.
Hard/paper copies of the solicitation will not be provided. Interested
parties are responsible for monitoring the FedBizOpps website to ensure
that they have the most up-to-date information about this acquisition. For
planning purposes, a one-day pre-proposal conference is scheduled between 1
and 3 September, 2009. A synopsis will be posted at a later date which will
provide additional information in reference to the conference. Offerors
must be registered with the Central Contractor Registration (CCR) at
www.ccr.gov to be eligible for award. Representations and Certifications
must also be on record through OCRA at www.orca.bpn.gov. All questions or
comments should be forwarded in writing via email to Contracting Officer
Maria Briseno maria.briseno@us.army.mil or Contract Specialist, Luis
Trinidad luis.trinidad@us.army.mil or Flor Sanchez flor.sanchez@us.army.mil.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=5060d5d3065fdafa7833d2eb31935548&tab=core&_cview=0
Posted: 07/30/09
SPONSOR: Department of the Army, Army Contracting Agency, South Region, ACA,
Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road,
Fort Bliss, TX 79916-6812
PUBLICATION DATE: August 1, 2009
ISSUE: FBO-2805
WASTE WATER TREATMENT PLANT CONSTRUCTION AT FORT LEONARD WOOD (PRESOL)
SOL: W912DQ09R4030
DUE: 093009
POC: Shelton L Watson, 816-389-3727, E-MAIL: shelton.l.watson@usace.army.mil
POP: US Army Engineer District,
Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street
Kansas City, MO 64106-2896. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ09R4030/listing.html
NAICS: 237110. This project is a Total Small Business Set Aside. The
Government will only accept proposals from Small Businesses. U.S. Army
Corps of Engineers, Kansas City District, intends to issue a Request for
Proposals (RFP) solicitation for construction at Fort Leonard Wood, Pulaski
County, Missouri using Lowest Price Technically Acceptable. This RFP will
result in a Firm-Fixed Price Contract. This project is for a firm-fixed
price construction contract in Pulaski County, Missouri for the Fort
Leonard Wood Waste Water Treatment Plant. Work shall include construction
as outlined in the solicitation and all attachments. Construct two
biological treatment basins and two clarifier basins; construct a new
process building consisting of a blower room, electrical room, and rotary
drum thickener with polymer feed on the first floor. The basement will
contain pumps and piping related to the new process equipment. Work will
also consist of installing new piping to reroute the secondary lift station
discharge from the existing secondary clarifiers to the biological basins
and convert one existing secondary clarifier to anaerobic sludge storage.
Miscellaneous site work will consists of demolition, earthwork, piping,
valves, paving, seeding, etc. The estimated period of performance for
completion of construction and final cleanup is 365 calendar days from
Notice to Proceed. The successful offeror will be required to furnish all
labor, materials, permits, equipment and services necessary to manage and
accomplish the designated construction, recommending a solution and
remediation of any problems in a timely and efficient manner. The estimated
magnitude of this project is between $5,000,000 and $10,000,000. The North
American Classification System (NAICS) Code for this project is: 237110.
Small Business size standard for this project is: $33,500,000. At this
time, no pre-solicitation conference is planned for this solicitation. If
the government does elect to hold a pre-solicitation conference, the
pre-solicitation announcement will be modified accordingly. An organized
site visit will be announced at a later date. Upon announcement of the
organized site visit, attendees should arrive early to allow time to pass
through security. You must present a valid drivers license, current vehicle
registration and proof of insurance to obtain a vehicle pass. The
solicitation containing all necessary specifications and drawings will be
available on or about 13 Aug 2009 and proposals will be due on or about 15
Sep 2009, 14:00 pm (CST). The solicitation including any amendments shall
establish the official opening and closing date and time. This solicitation
with plans, specifications, and any amendments, will be published in
electronic format on FedBizOpps https://www.fbo.gov. There will be no
printed hard copies or CD-ROM Disks provided by this agency. Note: Plan
Rooms, Printing Companies, and various Trade Associations frequently
register as Plan Holders for electronic solicitations and make them
available in printed or CD-ROM format for a fee. Potential offerors with
limited printing or downloading capabilities should consider these
alternatives. Offerors are responsible for checking the website frequently
for any update(s) to this Pre-Solicitation Announcement or amendments to
the Solicitation. The website is occasionally inaccessible due to
maintenance. The government is not responsible for any loss of internet
connectivity or for an offerors inability to access the document at the
referenced website. CCR requirements: Prior to submitting a proposal,
offerors must be actively registered in the Central Contractor Registration
(CCR) system, including creation of an MPIN number. Registration
instructions maybe obtained, and online registration may be accomplished at
www.ccr.gov or by calling Registration Assistance Center at 1-888-227-2423.
By submitting an offer, the offeror 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.
Refer to CCR clause 252.204-7004. Prospective contractors must be
registered with CCR prior to award of any contract. ORCA Requirement: There
is a new federal initiative called Online Representations and
Certifications Application (ORCA). 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 (FAR) and previously found in Section 00600 of
construction solicitations. According to FAR case 2002-024, vendors are
required to use ORCA beginning 01 January 2005. To be eligible for a
contract award and prior to submitting an offer, a firm must be registered
in the database. Please register your Representations and Certifications at
https://orca.bpn.gov/. Detailed information can be found in cited FAR case,
as well as by visiting the help section of the ORCA website. The help
section includes background information, frequently asked questions, the
ORCA handbook, and a phone number to call for assistance. VETS-100
Requirement: Per Federal Acquisition Regulations (FAR) part 22.1303 all
offerors must complete their VETS-100 report via the Department of Labor
website at https://vets100.vets.dol.gov/ to be eligible for award. Points
of Contact: The point of contact for all questions/inquiries is Shelton L.
Watson and can be reached by phone at (816)389-3727 or by email at
Shelton.L.Watson@usace.army.mil. Contracting Office Address: US Army Corps
of Engineers, Kansas City District, ATTN: CECT-NWK-M, 700 Federal Building
601 E. 12th Street, Kansas City, MO 64106-2896 Place of Performance: Fort
Leonard Wood, Kansas 65473.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=3f4d2069460eb0dec647e5351362f1b8&tab=core&_cview=0
Posted: 07/30/09
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: August 1, 2009
ISSUE: FBO-2805
SCIENTIFIC, TECHNICAL, RESEARCH. ENGINEERING, AND MODELING SUPPORT (STREAMS
II) (SRCSGT)
SOL: PR-CI-09-10977
DUE: 081909
POC: Nicole Modafari, Contract Specialist, (513) 487-2001, E-Mail:
modafari.nicole@epa.gov; Lynne W. Lewis, Placement Contracting Officer,
(513) 487-2040, E-Mail: lewis.lynne@epa.gov. WEB:
FBO.gov Permalink at https://www.fbo.gov/spg/EPA/OAM/OH/PR-CI-09-10977/listing.html
NAICS: 541712. THIS IS A SOURCES SOUGHT SYNOPSIS FOR WRITTEN INFORMATION ONLY.
THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE
AWARDED FROM THIS ANNOUNCEMENT. In preparation for a future procurement, the
Environment Protection Agency (EPA) is performing market research to aid in
the development of its acquisition approach. The EPA has a need for a
contractor to provide support for the development and evaluation of
technologies, processes, and tools to prevent or reduce pollution of air,
land, and water, and to restore ecosystems. The Cincinnati, Ohio, Land
Remediation and Pollution Control Division (LRPCD) of USEPA's National Risk
Management Research Laboratory (NRMRL) will manage the contract. Contract
support may also be sought for (i) other NRMRL divisions, (ii) USEPA
Programs such as the Superfund Innovation Technology (SITE) Program and the
Environmental and Sustainable Technology Evaluation Program Element of the
Environmental Technology Verification (ETV/ESTE) Program, (iii) other ORD
laboratories and centers such as the National Homeland Security Research
Center (NHSRC) and (iv) other USEPA organizations, such as Regional and
Program Offices, who conducted research projects that could be supported
under the scope of the Performance Work Statement (PWS). Specific areas to
be addressed in capability packages submitted by respondents are as
follows: 1) research work- involving developing and/or evaluating technical
concepts, process options, and prototype systems in a research framework
that permits and encourages changes in direction and mid-course corrections
as needed and warranted and a broad range of process development efforts
such as proof-of-concept, laboratory-scale, and bench-scale experiments, 2)
treatability studies and pilot-scale investigations, 3) field support
(examples - risk assessments, permit reviews, site characterization, site
preparation), 4) development and/or evaluation of computer-oriented tools,
approaches, and technologies such as software, models, and decision-support
tools, and 5) technical support to various programs including US EPA
Superfund Program, the RCRA Program and Office of Water. Additional
information regarding these tasks can be found in the DRAFT Performance
Work Statement (PWS) located on http://www.epa.gov/oam/cinn_cmd/#sources
To be considered a potential source, a firm must demonstrate they have the
necessary labor mix and capacity, materials, equipment and facilities to
support the effort as delineated above. ANY INTERESTED FIRM should submit a
capability statement which demonstrates the firm's ability to perform the 5
general support tasks described above. It is anticipated that the contract
will be multiple award IDIQ type contract with the majority of the task
orders issued as Cost Plus Fixed Fee (CPFF) completion type with others
issued on a Firm Fixed Price (FFP) basis. The estimated period of
performance is 5 years. ANY INTERESTED FIRM should submit a capability
statement (in accordance with the above criteria) which should provide
their size status (i.e. large, small) in accordance with NAICS code 541712,
with a size standard of 500 employees and whether or not they are a
certified Hubzone, 8(a), women-owned, small disadvantaged and/or disabled
veteran owned concern. Standard company brochures will not be considered a
sufficient response to this Sources Sought Synopsis. The EPA reserves the
right to set these actions aside for small businesses. Responses to the
above should be submitted to Nicole Modafari, U.S. EPA, Cincinnati
Procurement Operations Division, 26 W. Martin Luther King Drive,
Cincinnati, OH 45268 no later than August 19, 2009.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=0f9a8799750d1a6c37e7351e29af7222&tab=core&_cview=0
Posted: 07/31/09
SPONSOR: Environmental Protection Agency, Office of Acquisition Management,
EPA/Ohio, Cincinnati Procurement Operations Division 26 W.
Martin Luther King Drive Cincinnati, OH 45268
PUBLICATION DATE: August 2, 2009
ISSUE: FBO-2806
PACKAGING, HANDLING, TRANSPORTATION, TREATMENT AND DISPOSAL OF ANNISTON
CHEMICAL AGENT DISPOSAL FACILITY HAZARDOUS WASTES AND WASTEWATER - RFP
(PRESOL)
SOL: ANCDF-RFP-WA9-AM-440
DUE: 081709
POC: Alan McDermott, 256-238-0721, ; Kim Schoolmeester, 256-238-0721, POP:
ANCDF, Anniston, AL 36201. WEB: FBO.gov Permalink at
https://www.fbo.gov/notices/0cc499479f09491bb954bc50e35a5573
E-MAIL: alan.mcdermott@wancdf.com Kimberly.schoolmeester@wancdf.com
NAICS: 562211. ANCDF-RFP-WA9-AM-440
WESTINGHOUSE ANNISTON (WA) who is a prime contractor under Department of
the Army Contract DAAA09-96-C-0018, intends to award an Indefinite Delivery
Indefinite Quantity (IDIQ) contract for the Packaging, Handling,
Transportation, Treatment and Disposal of ANCDF Hazardous and Non-Hazardous
Wastes and Wastewaters.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=0cc499479f09491bb954bc50e35a5573&tab=core&_cview=0
Posted: 07/30/09
SPONSOR: Department of the Army, U. S. Army Materiel Command, Anniston
Chemical Agent Disposal Facility (ANCDF), 3580 Morrisville Rd, Anniston, AL 36201
PUBLICATION DATE: August 1, 2009
ISSUE: FBO-2805
HAZ MAT/WASTE SERVICES (PRESOL)
SOL: W912CN09T0571
POC: Erwin Cablay, 808-438-6535 x207, E-MAIL: erwin.cablay@us.army.mil
POP: ACA,
Fort Shafter Regional Contracting Office, Hawaii, ATTN: CCEC-PAH-C, Building 520,
Pierce Street Fort Shafter, HI 96858-5025. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/USA/DABQ/DABQ06/W912CN09T0571/listing.html
NAICS: 561621. This will be a
firm fixed price and requirements type contract. Contractor shall provide
preventive maintenance of fire suppressant system (dry chemical) attached
to hazardous material and hazardous waste strorage. The issue date for this
solicitation is estimated to be on or about 30 JUL 2009. Response date
above is estimated. Actual proposal due date will be specified in the
solicitation and may be earlier or later than 07 AUG 2009. Period of
performance is 01 OCT 2009 30 SEP 2010 with 4 prepriced 12-month option
periods. This procurement is a 100% small business set-aside. A firm is
considered to be a small business if its average annual gross receipts for
the past three years do not exceed $12.5 Million. NAICS 561621, Maint-Rep
of Alarm & Signal Systems Issued solicitation packages will be posted at
the Army Single Face to Industry (ASFI) website,
https://acquisition.army.mil/asfi/ (go to Contracting Opportunities Search,
Select Contracting Office: ACA Fort Shafter, then Continue button).
Interested offerors are required to download the solicitation and any
subsequent amendments from this website. Once posted on the website,
interested offerors are responsible for monitoring the website until the
closing date for any issued amendments or changes. No telephonic inquiries.
All questions are to be submitted in writing to Erwin Cablay,
erwin.cablay@us.army.mil. Current contract: provide contract number,
contractor name, and total contract amount. This is a recurring
requirement.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=1ba434043025f62279185a81a00f53f2&tab=core&_cview=0
Posted: 07/30/09
SPONSOR: Department of the Army, ACA, Pacific, ACA, Fort Shafter, ACA, Fort
Shafter, Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H,
Building 520, Pierce Street, Fort Shafter, HI 96858-5025
PUBLICATION DATE: August 1, 2009
ISSUE: FBO-2805
NATIONAL RESPONSE TEAM (PRESOL)
SOL: 950100000759
POC: Agnes M Brooks, (202) 648-9115, E-MAIL: agnes.brooks@atf.gov
POP:
1268 N Range Road, Bowling Green, VA 22427 WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/DOJ/BATF/APMD/950100000759/listing.html
NAICS: 611710. The Bureau of
Alcohol, Tobacco, Firearms and Explosives (ATF) intends to negotiate on a
sole source basis with Michael Callan under the authority of FAR 6.302 for
the procurement of course delivery of National Response Training. This
notice of intent is not a request for competitive proposals. A
determination by the Government to not compete this proposed contract based
upon responses to this notice is solely within the discretion of the
Government. Information received from interested parties will be considered
solely for the purpose of determining whether to conduct a competitive
procurement. The sole source is to provide NRT Training. Award will be
based on meeting the specifications listed and it will be on an All or None
basis. This procurement utilizes the simplified acquisition procedures
under FAR subpart 13.5. The following provisions and clauses are
incorporated by reference: 52.212-1, Instructions to OfferorspCommercial
Items; 52.212-3, Offeror Representations and CertificationspCommercial
Items; 52.212-4, Contract Terms and ConditionspCommercial Items; and
52.212-5, Contract Terms and Conditions Required to Implement Statutes or
Executive OrderspCommercial Items. No entity on the Excluded Parties List
System will be considered. Contractors must be registered in the Central
Contractor Registration database (http://www.ccr.gov) to be considered for
award. This procurement is an all or none buy. The closing date is at pm
standard eastern local time. Attn: agnesbrooks@atf.gov. The closing date is
July 31 at 9:00 am standard eastern local time. Award will be made July 31,
20009. The Office of Training and Professional Development, Arson Training
Branch, requires services conduct Street Smart Hazmat training for two
National Response Team Annual Recertification Training courses for all
Special Agents, Explosive Enforcement Officers, Chemists and Fire
Protection Engineers assigned to the ATF's four ATF National Response Teams
(NRT) in accordance with ATF standards and OSHA regulations. The delivery
of this course shall include, but is not limited to the following tasks: 1.
ATF requires uniquely qualified personnel to present this course to NRT
members engaged in the response to major fires and explosions to provide
them with the requisite knowledge, skills and abilities to safely and
effectively perform the duties of the NRT members. The contractor shall
recommend and prepare, with ATF concurrence, lesson plans, student
materials as appropriate to conduct the refresher training of Street Smart
Hazmat. 2. The contractor shall devise new or amended written lesson plans,
other documents and presentation materials, as needed to accomplish any
revised courses, including appropriate graphs, charts, audio-visual
materials, learning aids, practical demonstration materials, and other
materials as needed. 3. ATF uses a variety of instructional methods,
including classroom lectures and demonstrations, and exhibitions. The
contractor shall assist in the development of the lectures, demonstrations,
and exercises to provide updated materials or shall amend existing
materials, as appropriate and necessary for the course requirements. 4. The
contractor shall develop materials as indicated by the requirements of the
course, with the concurrence of ATF. 5. The contractor shall deliver
training to the students through open classroom lectures, discussions,
questions and answers, practical exercises and demonstrations. 6. Topics
covered shall include but are not limited to the following: Hazardous
Materials Incident Response based on concepts of Street Smart Hazmat and
Practical Exercises. 7. At the conclusion of the course/assignment the
contractor shall submit an invoice covering his/her services and expenses
in accordance with current regulations. 8. The contractor shall have
experience in responses to national and international catastrophic loss
events. Furthermore, the contractor shall be an industry recognized expert
in safety management in all areas the ATF NRT/IRT may respond to (including
but not limited to; HAZMAT especially chemical and biological and Air
Monitoring). 9. The contractor shall continue to maintain his/her expertise
in this field through continuing education, professional contacts and
networking.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=51a24f5ca926a1424f6cf38264558e90&tab=core&_cview=0
Posted: 07/28/09
SPONSOR: Department of Justice, Bureau of Alcohol, Tobacco and Firearms
(ATF), Administrative Programs Division (APD), 99 New York Avenue, NE, 3rd
Floor - Acquisitions, Washington, DC 20226
PUBLICATION DATE: July 30, 2009
ISSUE: FBO-2803
RECOVERY--ENVIRONMENTAL SERVICES, ENVIRONMENTAL ASSESSMENT, BANDELIER
NATIONAL MONUMENT (PRESOL)
SOL: T2051090131
POC: Trinity Maestas, Contract Specialist, 303-969-2709, E-MAIL: trinity_maestas@nps.gov
POP: Bandelier National Monument, Los Alamos, NM 87544-9701. WEB: FBO.gov
Permalink at https://www.fbo.gov/spg/DOI/NPS/APC-IS/T2051090131/listing.html
RECOVERY--Environmental Planning Services &
Documentation. This notice is for informational purpose only. This
opportunity is only to contractors awarded contracts under the GSA
Schedule, SIN 899 Environmental Services. If you are a schedule holder,
please go to www.ebuy.gsa.gov for more information.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=561c4eeee56f01649f8612c58d3e6d65&tab=core&_cview=0
Posted: 07/29/09
SPONSOR: DSC-CS Contracting Services Division National Park ServiceP.O. Box
25287 Denver CO 80225
PUBLICATION DATE: July 31, 2009
ISSUE: FBO-2804
CHEMICAL DATA QUALITY MANAGEMENT SUPPORT SERVICES - EQUIS VERSION 5
PROFESSIONAL - 8(A) SOLE SOURCE CONTRACT AWARD (SNOTE)
SOL: W912DW09Q0137
POC: Dustin Smith, 206-764-6741, E-MAIL: dustin.j.smith@usace.army.mil
WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/USA/COE/DACA67/W912DW09Q0137/listing.html
NAICS: 541620. CHEMICAL DATA QUALITY MANAGEMENT SUPPORT SERVICES STATEMENT OF WORK
INTRODUCTION: The Corps of Engineers, Seattle District, has acquired EQuIS
Version 5 Professional data management software (EQuIS) which integrates
with the USACE Automated Data Review Version 8.3 module. In combination,
ADR and EQuIS enable HTRW project teams to import, evaluate, validate and
manage site characterization and monitoring data. At this time, Seattle
District has a considerable backlog of groundwater monitoring data from the
McCormick and Baxter Superfund Site. In addition, Seattle District has not
yet processed data into this system, and the subject data are
mission-critical. Professional assistance is required in this Purchase
Order in order to evaluate, validate, and prepare the data for the
Government to accomplish warehousing and retrieval in the EQuIS database.
The Corps of Engineers ADR Version 8.3 imports Draft Version 5.0 Staged
Electronic Data Deliverable (SEDD) format analytical data files for HTRW
projects for both in-house and A&E contractors projects. SEDD formatted
data can be used in conjunction with ADR version 8.3 to validate and manage
data. This Purchase Order also seeks to inform the Government on the
procedures/formats necessary to import data from ADR into EQuIS. The
capability provided by this data management and data validation platform
greatly enhance the District's ability to conduct effective work with the
required level of quality assurance for its major customers. The Contractor
shall supply professional assistance with specialized expertise and
experience in the following. Building of eQAPPs (an electronic version of
the method quality criteria utilized by ADR and EQuIS) Reading, assessing
compliance and performing verification of SEDD files against eQAPPs within
ADR Preparation of non-standard data formats for import into ADR and EQuIS
Interfacing ADR with EQuIS to import and export data Performing data
verification and validation using ADR Transforming nonstandard data formats
(Adobe, Excel) into a format usable by EQuIS and ADR Ability to generate
QCSRs SERVICES INCLUDED The Contractor will be required to perform work in
the following general categories: Data Quality Assessment Routine Data
Review Formal EPA Data Validation Quality Control Summary Report shall be
provided. Quality Control Activities shall be performed. Conclusions and
Recommendations (Data Usability).
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=0f4f8a152f45858416b28aa366ece1f1&tab=core&_cview=0
Posted: 07/30/09
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: August 1, 2009
ISSUE: FBO-2805
SUPPORT SERVICES (PRESOL)
SOL: RFQ-DC-09-00251
POC: Abbie Jemmott, 202-564-1266, E-MAIL: jemmott.abbie@epa.gov
POP: Washington, DC 20460. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/EPA/OAM/HQ/RFQ-DC-09-00251/listing.html
NAICS: 813319. The US Environmental Protection Agency (EPA), Office of Acquisition
Management (OAM), Program Contract Service Center (PCSC) intends to award a
sole source purchase order for the Office of Prevention, Pesticides, and
Toxic Substances (OPPTS), Office of Pesticide Programs (OPP), Field and
External Affairs Division (FEAD) under the authority of FAR part 13.501(a)
to the National Center for Healthy Housing (NCHH) for Support Services. EPA
launched the Integrated Pest Management in Affordable Housing Initiative
(IPM) in 2003 as a result of a growing demand for information, tools and
training to promote effective pest management practices in affordable
housing. The IPM is part of a larger national initiative to reduce
environmental health hazards in housing called the "Healthy Housing
Initiative." The Healthy Housing Initiative is a partnership involving
several EPA offices, working to reduce exposures to pests and pesticides;
lead-based paint, mold and moisture; and to promote indoor air quality and
other housing conditions that promote resident health and well-being. This
initiative is also a cross-Agency effort involving, principally, EPA, the
Centers for Disease Control and Prevention (CDC) and the Department of
Housing and Urban Development (HUD). FEAD requires Support Services for a
12-month period of performance on a fixed price basis with limited time and
materials. Specifically, the Agency is contracting for: 1.) a strategic
plan for training; 2.) an IPM webinar for property managers participating
in HUD's Green Incentives program; 3.) a report on effective bed bug
management practices; 4.) a case study documenting the results of IPM
programs adopted in participating Green Initiative properties; 5.) as well
as other tasks as directed (time and materials). NO SOLICITATION OR REQUEST
FOR QUOTE (RFQ) IS AVAILABLE FOR THIS PROCUREMENT. It has been determined
that NCHH is the only source for this data that meets the Government's
requirements. Notwithstanding, any firm that believes it is capable of
meeting EPA's requirement as stated herein, may submit its capability by
12:00 PM on Monday, August 3, 2009, which may be considered by the
Government. A determination not to compete the purchase order based upon
the responses to this notice is solely within the discretion of the
Government. All questions or comments regarding this procurement shall be
addressed in writing to Abbie Jemmott at Jemmott.Abbie@epa.gov.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=1eae05a6f8ba29de2009f8489f24e391&tab=core&_cview=0
Posted: 07/27/09
SPONSOR: Environmental Protection Agency, Office of Acquisition Management,
EPA/Headquarters, 1200 Pennsylvania Avenue, N.W., 3801R,
Washington, DC 20460
PUBLICATION DATE: July 29, 2009
ISSUE: FBO-2802
RECOVERY--TAR CREEK SOURCE MATERIAL OU4 COMMUNITY INVOLVEMENT (PRESOL)
SOL: EPW06021-ARRA5
POC: Michael A Pheeny, 214-665-2798, E-MAIL: pheeny.michael@epa.gov
POP: TAR CREEK SUPERFUND SITE OTTAWA COUNTY, PICHER, OK 74360. WEB:
FBO.gov Permalink at https://www.fbo.gov/spg/EPA/OAM/RegVI/EPW06021-ARRA5/listing.html
NAICS: 562910. THIS NOTICE IS PROVIDED FOR INFORMATIONAL PURPOSES ONLY. THIS
OPPORTUNITY IS AVAILABLE ONLY TO REGION 6 RAC PROGRAM PRIME CONTRACTOR
CH2MHILL UNDER CONTRACT EP-W-06-021. ALL INTERESTED PARTIES NEED TO
CONTACT THE PRIME CONTRACTOR, CH2M HILL, MR. KEN MCCLAIN AT 972.980.2170.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=82b5639fec061a84def726f091dc86cc&tab=core&_cview=0
Posted: 07/27/09
SPONSOR: Environmental Protection Agency, Office of Acquisition Management,
Region VI, 1445 Ross Avenue, Suite 1200, Dallas, TX 75202
PUBLICATION DATE: July 29, 2009
ISSUE: FBO-2802
RECOVERY BATES MILL #5 TARGETED BROWNFIELDS ASSESSMENT (SNOTE)
SOL: EP-S1-06-03_48
POC: Patrice Denault, (617) 918-1714, E-MAIL: denault.patrice@epa.gov
POP: Bates Mill #5, 15 Canal Street, Lewiston, Maine 04240. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/EPA/OAM/RegI/EP-S1-06-03_48/listing.html
NAICS: 562910. RECOVERY THIS
NOTICE IS PROVIDED FOR INFORMATIONAL PURPOSES ONLY. A TASK ORDER IS BEING
AWARDED UNDER THE REMEDIAL ACTION CONTRACT 2 (RAC2), CONTRACT NO.
EP-S1-06-03. This Task Order obligates $3,442 for preparation of a Work
Plan and Cost Estimate for work to be performed at the following
Brownfields Site: Bates Mill # 5, 15 Canal Street, Lewiston, ME 04240-7204
Once the Work Plan and Cost Estimate are approved, additional Recovery
funds will be obligated for completion of the effort. This effort has a
total estimated value of between $100,000 and $250,000. The purpose of the
Task Order is to perform a Targeted Brownfields Assessment. The overall
objectives are to: 1) make preliminary determinations of the types and
general extent of contamination on site (e.g. in soil, groundwater, and
contamination within buildings); 2) Determine, using published state and
federal risk-based regulatory standards, the risks posed by contamination;
3) develop potential alternatives for clean-up; and 4) estimate order of
magnitude costs of implementing the clean-up alternatives that would help
support decision making concerning future redevelopment of the Brownfield
site. The period of performance is from 28 July 2009 through 30 September
2010. The task order has been issued under the Region 1 Small Business
Remedial Action Contract 2 (RAC2) on 28 July 2009, and is task order number
048-SIBZ-0100. The RAC2 contract number is EP-S1-06-03, Nobis Engineering.
Administrative Contracting Officer for the task order will be Patrice
Denault, Contracting Officer, denault.patrice@epa.gov (617)918-1714. The
American Recovery and Reinvestment Act (ARRA) contains specific acquisition
requirements that must be met when using appropriated funds from the Act,
including the need for acquisitions to be in accordance with the FAR and,
to the maximum extent practicable, awarded as fixed-price (FP) contracts
using competitive procedures. However, the Office of Management and
Budget's guidance allows for the use of other than FP contracts. Although
the Agency's RAC2 contracts were not awarded as FP contracts, they were
awarded competitively, and each contract structure was selected to provide
the contractor with the greatest incentive for efficient and economical
performance, given the types of services to be performed. The existing RAC2
contracts have sufficient qualified acquisition personnel to provide
appropriate contract administration and oversight to monitor contract
performance to mitigate the Government's risk. In order to meet the
requirements of the Act in the most prudent business manner within the time
constraints imposed, existing RAC2 contracts are the most appropriate
contractual vehicles consistent with Agency plans that promote the goals of
the ARRA.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=b65832a4c10302bb0559e4197707eab1&tab=core&_cview=0
Posted: 07/28/09
SPONSOR: Environmental Protection Agency, Office of Acquisition Management,
Region I, One Congress Street, (MCP), Suite 1100, Boston, MA 02114
PUBLICATION DATE: July 30, 2009
ISSUE: FBO-2803
RECOVERY FORMER PEARL MEATS TARGETED BROWNFIELDS ASSESSMENT (SNOTE)
SOL: EP-S1-06-03_47
POC: Patrice Denault, (617) 918-1714, E-MAIL: denault.patrice@epa.gov
POP: Former Pearl Meats Site, 220 Quincy Street, Boston, MA 02121. WEB:
FBO.gov Permalink at https://www.fbo.gov/spg/EPA/OAM/RegI/EP-S1-06-03_47/listing.html
NAICS: 562910. RECOVERY THIS NOTICE IS PROVIDED FOR INFORMATIONAL PURPOSES ONLY. A
TASK ORDER IS BEING AWARDED UNDER THE REMEDIAL ACTION CONTRACT 2 (RAC2),
CONTRACT NO. EP-S1-06-03. This Task Order obligates $7,714 for preparation
of a Work Plan and Cost Estimate for work to be performed at the following
Brownfields Site: Former Pearl Meats Boston, MA Once the Work Plan and Cost
Estimate are approved, additional Recovery funds will be obligated for
completion of the effort. This effort has a total estimated value of
between $100,000 and $250,000. The purpose of the Task Order is to perform
a Targeted Brownfields Assessment. The overall objectives are to: 1) make
preliminary determinations of the types and general extent of contamination
on site (e.g. in soil, groundwater, and contamination within buildings); 2)
determine, using published state and federal risk-based regulatory
standards, the risks posed by contamination; 3) develop potential
alternatives for clean-up; and 4) estimate order of magnitude costs of
implementing the clean-up alternatives that would help support decision
making concerning future redevelopment of the Brownfield site. The period
of performance is from 28 July 2009 through 30 September 2010. The Task
Order has been issued under the Region 1 Small Business Remedial Action
Contract 2 (RAC2) on 28 July 2009, and is Task Order number 047-SIBZ-0100.
The RAC2 contract number is EP-S1-06-03, Nobis Engineering. Administrative
Contracting Officer for the Task Order will be Patrice Denault, Contracting
Officer, denault.patrice@epa.gov (617)918-1714. The American Recovery and
Reinvestment Act (ARRA) contains specific acquisition requirements that
must be met when using appropriated funds from the ACT, including the need
for acquisitions to be in accordance with the FAR and, to the maximum
extent practicable, awarded as a fixed-price (FP) contracts using
competitive procedures. However, the Office of Management and Budget's
guidance allows for the use of other than FP contracts. Although the
Agency's RAC2 contracts were not awarded as FP contracts, they were awarded
competitively, and each contract stucture was selected to provide the
contractor with the greatest incentive for efficient and economical
performance, given the types of services to be performed. The existing RAC2
contracts have sufficient qualified acquisition personnel to provide
approvpriate contract administration and oversight to monitor contract
performance to mitigate the Government's risk. In order to meet hte
requirements of the Act in the most prudent business manner within the time
constraints imposed, existing RAC2 contracts are the most appropriate
contractual vehicles consistent with Agency plans that promote the goals of
the ARRA.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=8d053b5257aedb284f063728d596e01d&tab=core&_cview=0
Posted: 07/28/09
SPONSOR: Environmental Protection Agency, Office of Acquisition Management,
Region I, One Congress Street, (MCP), Suite 1100, Boston, MA 02114
PUBLICATION DATE: July 30, 2009
ISSUE: FBO-2803
RECOVERY FORMER NORWICH STATE HOSPITAL TARGETED BROWNFIELDS ASSESSMENT
(SNOTE)
SOL: EP-S1-06-03_49
POC: Patrice Denault, (617) 918-1714, E-MAIL: denault.patrice@epa.gov
POP: Former Norwich State Hospital, Route 12 (Military Highway), Preston, CT 06365.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/EPA/OAM/RegI/EP-S1-06-03_49/listing.html
NAICS: 562910. RECOVERY THIS NOTICE IS PROVIDED FOR INFORMATIONAL PURPOSES
ONLY. A TASK ORDER IS BEING AWARDED UNDER THE REMEDIAL ACTION CONTRACT 2
(RAC2), CONTRACT NO. EP-S1-06-03. This Task Order obligates $3,442 for
preparation of a Work Plan and Cost Estimate for work to be performed at
the following Brownfields Site: Former Norwich State Hospital, Route 12
(Military Highway), Preston, CT 06365-8300 Once the Work Plan and Cost
Estimate are approved, additional Recovery funds will be obligated for
completion of the effort. This effort has a total estimated value of
between $100,000 and $250,000. The purpose of the Task Order is to perform
a Targeted Brownfields Assessment. The overall objectives are to: 1) make
preliminary determinations of the types and general extent of contamination
on site (e.g. in soil, groundwater, and contamination within buildings); 2)
Determine, using published state and federal risk-based regulatory
standards, the risks posed by contamination; 3) develop potential
alternatives for clean-up; and 4) estimate order of magnitude costs of
implementing the clean-up alternatives that would help support decision
making concerning future redevelopment of the Brownfield site. The period
of performance is from 28 July 2009 through 30 September 2010. The task
order has been issued under the Region 1 Small Business Remedial Action
Contract 2 (RAC2) on 28 July 2009, and is task order number 049-SIBZ-0100.
The RAC2 contract number is EP-S1-06-03, Nobis Engineering. Administrative
Contracting Officer for the task order will be Patrice Denault, Contracting
Officer, denault.patrice@epa.gov (617)918-1714. The American Recovery and
Reinvestment Act (ARRA) contains specific acquisition requirements that
must be met when using appropriated funds from the Act, including the need
for acquisitions to be in accordance with the FAR and, to the maximum
extent practicable, awarded as fixed-price (FP) contracts using competitive
procedures. However, the Office of Management and Budget's guidance allows
for the use of other than FP contracts. Although the Agency's RAC2
contracts were not awarded as FP contracts, they were awarded
competitively, and each contract structure was selected to provide the
contractor with the greatest incentive for efficient and economical
performance, given the types of services to be performed. The existing RAC2
contracts have sufficient qualified acquisition personnel to provide
appropriate contract administration and oversight to monitor contract
performance to mitigate the Government's risk. In order to meet the
requirements of the Act in the most prudent business manner within the time
constraints imposed, existing RAC2 contracts are the most appropriate
contractual vehicles consistent with Agency plans that promote the goals of
the ARRA.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=f567181f47bde99fb7c80a008aab1e24&tab=core&_cview=0
Posted: 07/28/09
SPONSOR: Environmental Protection Agency, Office of Acquisition Management,
Region I, One Congress Street, (MCP), Suite 1100, Boston, MA 02114
PUBLICATION DATE: July 30, 2009
ISSUE: FBO-2803
RECOVERY FORMER STC TARGETED BROWNFIELDS ASSESSMENT (SNOTE)
SOL: EP-S1-06-03_50
POC: Patrice Denault, (617) 918-1714, E-MAIL: denault.patrice@epa.gov
POP: Former STC, 27 Katrina Road, Chelmsford, MA 01824. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/EPA/OAM/RegI/EP-S1-06-03_50/listing.html
NAICS: 562910. RECOVERY THIS NOTICE IS PROVIDED FOR INFORMATIONAL PURPOSES ONLY. A TASK
ORDER IS BEING AWARDED UNDER THE REMEDIAL ACTION CONTRACT 2 (RAC2),
CONTRACT NO. EP-S1-06-03. This Task Order obligates $2,963 for preparation
of a Work Plan and Cost Estimate for work to be performed at the following
Brownfields Site: Former STC, 27 Katrina Road, Chelmsford, MA 01824-2864
Once the Work Plan and Cost Estimate are approved, additional Recovery
funds will be obligated for completion of the effort. This effort has a
total estimated value of between $100,000 and $250,000. The purpose of the
Task Order is to perform a Targeted Brownfields Assessment. The overall
objectives are to: 1) make preliminary determinations of the types and
general extent of contamination on site (e.g. in soil, groundwater, and
contamination within buildings); 2) Determine, using published state and
federal risk-based regulatory standards, the risks posed by contamination;
3) develop potential alternatives for clean-up; and 4) estimate order of
magnitude costs of implementing the clean-up alternatives that would help
support decision making concerning future redevelopment of the Brownfield
site. The period of performance is from 28 July 2009 through 30 September
2010. The task order has been issued under the Region 1 Small Business
Remedial Action Contract 2 (RAC2) on 28 July 2009, and is task order number
050-SIBZ-0100. The RAC2 contract number is EP-S1-06-03, Nobis Engineering.
Administrative Contracting Officer for the task order will be Patrice
Denault, Contracting Officer, denault.patrice@epa.gov (617)918-1714. The
American Recovery and Reinvestment Act (ARRA) contains specific acquisition
requirements that must be met when using appropriated funds from the Act,
including the need for acquisitions to be in accordance with the FAR and,
to the maximum extent practicable, awarded as fixed-price (FP) contracts
using competitive procedures. However, the Office of Management and
Budget's guidance allows for the use of other than FP contracts. Although
the Agency's RAC2 contracts were not awarded as FP contracts, they were
awarded competitively, and each contract structure was selected to provide
the contractor with the greatest incentive for efficient and economical
performance, given the types of services to be performed. The existing RAC2
contracts have sufficient qualified acquisition personnel to provide
appropriate contract administration and oversight to monitor contract
performance to mitigate the Government's risk. In order to meet the
requirements of the Act in the most prudent business manner within the time
constraints imposed, existing RAC2 contracts are the most appropriate
contractual vehicles consistent with Agency plans that promote the goals of
the ARRA.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=49a84548ad817110e909cae5955876be&tab=core&_cview=0
Posted: 07/28/09
SPONSOR: Environmental Protection Agency, Office of Acquisition Management,
Region I, One Congress Street, (MCP), Suite 1100, Boston, MA 02114
PUBLICATION DATE: July 30, 2009
ISSUE: FBO-2803
RECOVERY--TARGETED BROWNFIELDS ASSESSMENTS (TBA) RFO #29 - MILWAUKEE ROUNDHOUSE
FACILITY - PASSENGER REFUELING AREA (SNOTE)
SOL: TBARFO29
POC: Christopher Nolte, E-MAIL: nolte.christopher@epa.gov
POP: Deer Lodge,
Montana. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/EPA/OAM/HQ/TBARFO29/listing.html
NAICS: 541620. THIS NOTICE IS
PROVIDED FOR INFORMATION PURPOSES ONLY THIS OPPORTUNITY IS AVAILABLE ONLY
TO CONTRACTORS THAT HAVE BEEN AWARDED ENVIRONMENTAL PROTECTION AGENCY (EPA)
TARGETED BROWNFIELDS ASSESSMENTS (TBA) CONTRACTS. The purpose of this notice
to announce the intention to competitively award a Task Order from the
Targeted Brownfields Assessments (TBA) Contracts Request For Offer #29. The
period of performance will be from August 31, 2009 though September 27,
2010. The Milwaukee Roundhouse Facility in Deer Lodge served as the
headquarters for the Milwaukee Road's Rocky Mountain Division. The
Passenger Refueling Area is situated north of Milwaukee Avenue and west of
the active Burlington Northern-Santa Fe railroad mainline in Deer Lodge.
Fueling facilities here included above- and underground storage tanks and
associated piping system, pump house, warehouse, oil sump, coal house, oil
house, and drainage ditch. The contractor shall obtain groundwater samples
through the six onsite monitoring water wells and measure
depth-to-groundwater and any free-product in the monitoring wells, survey
the measuring points for locations and elevation, and construct a
potentiometric surface map for this portion of the Facility. Samples shall
also be collected/analyzed using an XRF to determine the extent and
magnitude of any metals contamination in soils. A Sampling Plan shall be
developed that will determine an appropriate number of samples for
collection and analysis and use statistical strategies to develop simple
decision rules to drive investigation field work. Soil Investigation shall
be conducted and Sediment/Soil samples should be analyzed for metals. The
American Recovery and Reinvestment Act (ARRA) contains specific acquisition
requirements that must be met when using appropriated funds from the Act,
including the need for acquisitions to be in accordance with the FAR and,
to the maximum extent practicable, awarded as fixed-price (FP) contracts
using competitive procedures. However, the Office of Management and
Budget's guidance allows for the use of other than FP contracts. Although
the Agency's Office of Brownfields and Land Revitalization (OBLR) contracts
were not awarded as FP contracts, they were awarded competitively, and each
contract structure was selected to provide the contractor with the greatest
incentive for efficient and economical performance, given the types of
services to be performed. The existing OBLR contracts have sufficient
qualified acquisition personnel to provide appropriate contract
administration and oversight to monitor contract performance to mitigate
the Government's risk. In order to meet the requirements of the Act in the
most prudent business manner within the time constraints imposed, existing
OBLR contracts are the most appropriate contractual vehicles consistent
with Agency plans that promote the goals of the ARRA. THIS NOTICE IS
PROVIDED FOR INFORMATION PURPOSES ONLY. THIS REQUIREMENT IS TO BE AWARDED
TO EXISTING EPA CONTRACTHOLDERS ONLY. REQUESTS AND/OR INQUIRIES WILL NOT BE
ANSWERED. DO NOT ATTEMPT TO CALL OR E-MAIL.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=afaff697ecdb5f6387577022e6855b37&tab=core&_cview=0
Posted: 07/30/09
SPONSOR: Environmental Protection Agency, Office of Acquisition Management,
EPA/Headquarters, 1200 Pennsylvania Avenue, N.W., 3801R,
Washington, DC 20460
PUBLICATION DATE: August 1, 2009
ISSUE: FBO-2805
RECOVERY--REGION 8 - LEAKING UNDERGROUND STORAGE TANK (LUST) PROJECT--CUSTER'S
LAST CAMP LUST SITE (SNOTE)
SOL: ARRA-R8-01
POC: Christopher Nolte, E-MAIL: nolte.christopher@epa.gov
POP:
Northern Cheyenne Indian Reservation, Busby, Montana. WEB:
FBO.gov Permalink at https://www.fbo.gov/spg/EPA/OAM/HQ/ARRA-R8-01/listing.html
NAICS: 238910. RECOVERY - Region 8 - Leaking Underground Storage Tank (LUST) Project -
Custer's Last Camp LUST Site THIS NOTICE IS PROVIDED FOR INFORMATION
PURPOSES ONLY THIS OPPORTUNITY IS AVAILABLE ONLY TO THE EXISTING EPA
CONTRACT-HOLDER THAT HAS BEEN AWARDED A REGION 8 LEAKING UNDERGROUND
STORAGE TANK (LUST) REMEDIATION IN INDIAN COUNTRY CONTRACT The purpose of
this Work Assignment is to obligate $15,000.00 for preparation of a work
plan that shall outline, describe and include the technical approach,
resources, timeline and due dates for deliverables, and a detailed cost
estimate by task and a staffing plan. The general requirement of this work
is to have the contractor install, operate and maintain an air sparge/soil
vapor extraction system to treat contaminated soil and groundwater at
Custer's Last Camp LUST site, Northern Cheyenne Indian Reservation, Busby,
Montana.The contractor shall also install groundwater monitoring wells and
conduct an air sparge/vapor extraction pilot study as well as
implementation of a full-scale remedial treatment program to meet EPA
Region 8's Risk-Based cleanup goals. The American Recovery and Reinvestment
Act (ARRA) contains specific acquisition requirements that must be met when
using appropriated funds from the Act, including the need for acquisitions
to be in accordance with the FAR and, to the maximum extent practicable,
awarded as fixed-price (FP) contracts using competitive procedures.
However, the Office of Management and Budget's guidance allows for the use
of other than FP contracts. Although the Agency's Office of Underground
Storage Tank (OUST) contracts were not awarded as FP contracts, each
contract structure was selected to provide the contractor with the greatest
incentive for efficient and economical performance, given the types of
services to be performed. The existing OUST contracts have sufficient
qualified acquisition personnel to provide appropriate contract
administration and oversight to monitor contract performance to mitigate
the Government's risk. In order to meet the requirements of the Act in the
most prudent business manner within the time constraints imposed, existing
OUST contracts are the most appropriate contractual vehicles consistent
with Agency plans that promote the goals of the ARRA. THIS NOTICE IS
PROVIDED FOR INFORMATION PURPOSES ONLY THIS REQUIREMENT IS TO BE AWARDED TO
AN EXISTING EPA CONTRACTHOLDER. REQUESTS AND/OR INQUIRIES WILL NOT BE
ANSWERED.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=77a6efb7655e476e37a28d5672537bc7&tab=core&_cview=0
Posted: 07/30/09
SPONSOR: Environmental Protection Agency, Office of Acquisition Management,
EPA/Headquarters, 1200 Pennsylvania Avenue, N.W., 3801R,
Washington, DC 20460
PUBLICATION DATE: August 1, 2009
ISSUE: FBO-2805
RECOVERY--REGION 8 - LEAKING UNDERGROUND STORAGE TANK (LUST) PROJECT--OLD UNION 76
(SNOTE)
SOL: ARRA-R8-02
POC: Christopher Nolte, E-MAIL: nolte.christopher@epa.gov
POP: 4th Avenue West and Main
Street, Flathead Indian Reservation, Polson, Montana. WEB:
FBO.gov Permalink at https://www.fbo.gov/spg/EPA/OAM/HQ/ARRA-R8-02/listing.html
NAICS: 238910.
THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY THIS OPPORTUNITY IS
AVAILABLE ONLY TO THE EXISTING EPA CONTRACT-HOLDER THAT HAS BEEN AWARDED A
REGION 8 LEAKING UNDERGROUND STORAGE TANK (LUST) REMEDIATION IN INDIAN
COUNTRY CONTRACT. The purpose of this Work Assignment is to obligate
$10,000.00 for preparation of a work plan that shall outline, describe and
include the technical approach, resources, timeline and due dates for
deliverables, and a detailed cost estimate by task and a staffing plan. The
general requirement of this work is to have the contractor make
recommendations to meet EPA Region 8's Risk-Based guidelines, prepare a
Sampling and Analysis Plan, Health and Safety Plan, and conduct field work
activities and analysis in order to define the extent of the contamination
at the Old Union 76 Station LUST site, Flathead Indian Reservation, Polson,
Montana. The American Recovery and Reinvestment Act (ARRA) contains
specific acquisition requirements that must be met when using appropriated
funds from the Act, including the need for acquisitions to be in accordance
with the FAR and, to the maximum extent practicable, awarded as fixed-price
(FP) contracts using competitive procedures. However, the Office of
Management and Budget's guidance allows for the use of other than FP
contracts. Although the Agency's Office of Underground Storage Tank (OUST)
contracts were not awarded as FP contracts, each contract structure was
selected to provide the contractor with the greatest incentive for
efficient and economical performance, given the types of services to be
performed. The existing OUST contracts have sufficient qualified
acquisition personnel to provide appropriate contract administration and
oversight to monitor contract performance to mitigate the Government's
risk. In order to meet the requirements of the Act in the most prudent
business manner within the time constraints imposed, existing OUST
contracts are the most appropriate contractual vehicles consistent with
Agency plans that promote the goals of the ARRA. THIS NOTICE IS PROVIDED
FOR INFORMATION PURPOSES ONLY THIS REQUIREMENT IS TO BE AWARDED TO AN
EXISTING EPA CONTRACTHOLDER. REQUESTS AND/OR INQUIRIES WILL NOT BE
ANSWERED.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=0aa12ceaaaace5e3132d51acf50b8860&tab=core&_cview=0
Posted: 07/30/09
SPONSOR: Environmental Protection Agency, Office of Acquisition Management,
EPA/Headquarters, 1200 Pennsylvania Avenue, N.W., 3801R,
Washington, District of Columbia, 20460
PUBLICATION DATE: August 1, 2009
ISSUE: FBO-2805
RECOVERY--REGION 8 - LEAKING UNDERGROUND STORAGE TANK (LUST) PROJECT--ZEPHIER
VIDEO & GAS (SNOTE)
SOL: ARRA-R8-03
POC: Christopher Nolte, E-MAIL: nolte.christopher@epa.gov
POP: Intersection
of BIA Route 2 and BIA Route 4 on the Pine Ridge Indian Reservation, Kyle,
South Dakota. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/EPA/OAM/HQ/ARRA-R8-03/listing.html
NAICS: 238910. THIS NOTICE IS
PROVIDED FOR INFORMATION PURPOSES ONLY THIS OPPORTUNITY IS AVAILABLE ONLY
TO THE EXISTING EPA CONTRACT-HOLDER THAT HAS BEEN AWARDED A REGION 8
LEAKING UNDERGROUND STORAGE TANK (LUST) REMEDIATION IN INDIAN COUNTRY
CONTRACT The purpose of this Work Assignment is to obligate $15,000.00 for
preparation of a work plan that shall outline, describe and include the
technical approach, resources, timeline and due dates for deliverables, and
a detailed cost estimate by task and a staffing plan. The general
requirement of this work is to have the contractor install groundwater
monitoring wells. Based on the results of the pilot program, design and
implement a full-scale remedial treatment program to meet EPA Region 8's
Risk-Based cleanup goals. The contractor shall also install groundwater
monitoring wells and conduct an air sparge/vapor extraction pilot study as
well as implementation of a full-scale remedial treatment program to meet
EPA Region 8's Risk-Based cleanup goals. Site is Zephier Video & Gas and is
located at the intersection of BIA Route 2 and BIA Route 4 in Kyle, South
Dakota, on the Pine Ridge Indian Reservation. The American Recovery and
Reinvestment Act (ARRA) contains specific acquisition requirements that
must be met when using appropriated funds from the Act, including the need
for acquisitions to be in accordance with the FAR and, to the maximum
extent practicable, awarded as fixed-price (FP) contracts using competitive
procedures. However, the Office of Management and Budget's guidance allows
for the use of other than FP contracts. Although the Agency's Office of
Underground Storage Tank (OUST) contracts were not awarded as FP contracts,
each contract structure was selected to provide the contractor with the
greatest incentive for efficient and economical performance, given the
types of services to be performed. The existing OUST contracts have
sufficient qualified acquisition personnel to provide appropriate contract
administration and oversight to monitor contract performance to mitigate
the Government's risk. In order to meet the requirements of the Act in the
most prudent business manner within the time constraints imposed, existing
OUST contracts are the most appropriate contractual vehicles consistent
with Agency plans that promote the goals of the ARRA. THIS NOTICE IS
PROVIDED FOR INFORMATION PURPOSES ONLY THIS REQUIREMENT IS TO BE AWARDED TO
AN EXISTING EPA CONTRACTHOLDER. REQUESTS AND/OR INQUIRIES WILL NOT BE
ANSWERED.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=031ff96f32ff54cb21d0ff94c3943a27&tab=core&_cview=0
Posted: 07/30/09
SPONSOR: Environmental Protection Agency, Office of Acquisition Management,
EPA/Headquarters, 1200 Pennsylvania Avenue, N.W., 3801R,
Washington, District of Columbia, 20460
PUBLICATION DATE: August 1, 2009
ISSUE: FBO-2805
RECOVERY: ENVIRONMENTAL REMEDIATION AND STRUCTURAL DEMOLITION SERVICES
(AWARD)
SOL: DEAC3006EW05001M053
POC: Marjorie Dulatt, 859-219-4057, E-MAIL: marjorie.dulatt@lex.doe.gov;
Robert J. Bell, Rj.bell@lex.doe.gov CNT DEAC3006EW05001-053 AMT $27,920,000
DTD 072909 TO: Paducah Remediation Services, LLC, 761 Veterans Avenue,
Kevil, Kentucky 42053. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/DOE/PAM/HQ/Awards/DEAC3006EW05001-053.html
NAICS: 562910. RECOVERY:
American Recovery and Reinvestment Act (ARRA) funding in the amount of
$27,920,000.00 is added to contract DE-AC30-06EW05001 for infrastructure
removal and structural demolition of the C-410/420 Complex, the C-340
Complex, and the C-746-A East End Smelter at the Paducah Gaseous Diffusion
Plant site in Paducah, Kentucky. Contract DE-AC30-06EW05001 is a
Cost-Plus-Incentive Fee (CPIF) Small Business Set-Aside contract awarded to
Paducah Remediation Services, LLC. The contract has been modified to extend
the period of performance by nine months to June 30, 2010 and adds work
scope for the continuation of environmental remediation activities
including but not limited to remediation and disposition of specific areas
on the Paducah Gaseous Diffusion Site (land sites and groundwater) by
removing legacy waste, performing facility decontamination and
decommissioning, and operating the site waste storage facilities. Rationale
for using other than a fixed price and/or competitive award: Use of fixed
price contracting is not feasible because the risk involved in
environmental remediation work is high and cannot be predicted with an
acceptable degree of certainty. Performance uncertainties cannot be
identified and reasonable estimates of their cost impacts cannot be made. A
Justification for Other Than Full and Open Competition (JOFOC) was approved
on July 24, 2009 by the DOE Senior Procurement Executive pursuant to the
authority of 41 U.S.C. 253(c)(1) and in accordance with Federal Acquisition
Regulation (FAR) 6.302-1 "Only One Responsible Source and No Other Supplies
or Services Will Satisfy Agency Requirements." The contract extension will
allow for continuation of the environmental remediation activities at the
Paducah site until completion of the on-going competitive procurement.
Contractor: Paducah Remediation Services, LLC DUNS Number: 146576397.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=df63c54a5bdababbcef9ca08a3705660&tab=core&_cview=0
Posted: 07/31/09
SPONSOR: Department of Energy, Federal Locations, All DOE Federal
Contracting Offices, Various locations.
PUBLICATION DATE: August 2, 2009
ISSUE: FBO-2806
RECOVERY: ENVIRONMENTAL REMEDIATION AND STRUCTURAL DEMOLITION (AWARD)
SOL: DE-AC24-05OH20192M063
POC: Robert J. Bell, 859-219-4055, E-MAIL: Rj.bell@lex.doe.gov; Marjorie A. Dulatt, (859)
219-4057, marjorie.dulatt@lex.doe.gov CNT DEAC2405OH20192-063 AMT $54,000,000 DTD 072909
TO: LATA/Parallax Portsmouth, LLC, 2424 Louisiana Blvd., NE, Suite 400, Albuquerque, NM 87110
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DOE/PAM/HQ/Awards/DEAC2405OH20192-063.html
NAICS: 562910. RECOVERY: American Recovery
and Reinvestment Act (ARRA) funding in the amount of $54,000,000.00 is
added to contract DE-AC24-05OH20192 for demolition of the X-533, X-633, and
X-760 inactive facilities including soil characterization and remediation,
removal of source contamination at the X-701B groundwater plume, packaging
and disposition of approximately 8 lots of uranium material, and treatment
and disposition of approximately 72 large low enriched uranium LEU)
cylinders at the Portsmouth Gaseous Diffusion Plant site. Contract
DE-AC24-05OH20192 is a Cost-Plus-Incentive Fee (CPIF) Small Business
Set-Aside contract awarded to LATA/Parallax Portsmouth, LLC (LPP). The
contract has been modified to extend the period of performance through June
30, 2010 and adds work scope for the continuation of environmental
remediation activities at the Portsmouth site. Remediation activities
include, but are not limited to the following: demolition of the X-633 RCW,
X-533 Switchyard, and X-760 Chemical Engineering Building; source
contaminant removal at the X-701B Groundwater Plume; and disposition of
material in the Uranium Management Center (UMC). Rationale for using other
than a fixed price and/or competitive award: Use of fixed price contracting
is not feasible because the risk involved in environmental remediation work
is high and cannot be predicted with an acceptable degree of certainty.
Performance uncertainties cannot be identified and reasonable estimates of
their cost impacts cannot be made. A Justification for Other than Full and
Open Competition (JOFOC) was approved by the DOE Senior Procurement
Official July 24, 2009 pursuant to the authority of 41 U.S.C. 253(c)(1) and
in accordance with Federal Acquisition Regulation (FAR) 6.302-1 "Only One
Responsible Source and No other Supplies or Services Will Satisfy Agency
Requirements." The contract extension will allow continuation of the
environmental remediation activities at the Portsmouth site until
completion of the on-going decontamination and decommissioning (D&D)
competitive procurement. Contractor Name: LATA/Parallax Portsmouth, LLC
DUNS Number: 175892327.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=337a06f17b887e072880abceac7f200a&tab=core&_cview=0
Posted: 07/31/09
SPONSOR: Department of Energy, Federal Locations, All DOE Federal
Contracting Offices, Various locations.
PUBLICATION DATE: August 2, 2009
ISSUE: FBO-2806
RECOVERY--F--IMPERIAL OIL/CHAMPION CHEMICAL SUPERFUND SITE REMEDIATION
SERVICES (AWARD)
SOL: W912DQ-09-R-RA01
POC: Bonnie B Lowe, 816-389-3803, E-MAIL: US Army Engineer District, Kansas
City, bonnie.b.lowe@usace.army.mil CNT W912DQ-05-D-0002-0012 AMT
500,000.00 LINE 0001 DTD 070809 TO: Conti Federal Services,
Inc., One Cragwood Road, Suite 1C, South Plainfield, NJ 07080-1440.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA41/Awards/W912DQ-05-D-0002-0012.html
NAICS: 562910. This contract action was
not awarded as a fixed price type because uncertainties involved in
contract performance did not permit costs to be estimated with sufficient
accuracy to use any type of fixed price contract. As such, a
cost-reimbursement type action was awarded (FAR 16.301-2). The Kansas City
District of the U.S. Army Corps of Engineers awarded the task order using
American Recovery and Reinvestment Act (ARRA) funds on contract task order
W912DQ-05-D-0002-0012, for the completion of Remedial Action, Operable Unit
3 (OU3), at the Imperial Oil/Champion Chemical Superfund Site located in
Marlboro Township, Monmouth County, New Jersey. The project was competed
and awarded as a Cost Plus Fixed-Fee Completion Basis Task Order to Conti
Federal Services, Inc. (CAGE Code: 0WZD6). The award was $500,000.00. In
compliance with the transparency and accountability requirements associated
with the supplemental appropriations provided by the American Recovery and
Re-Investment Act (ARRA) of 2009, Pub.L. 11-5; the Government posts this
award notice of Cost Plus Fixed-Fee Task Order for Remedial Action at the
Imperial Oil/Champion Chemical Superfund Site located in Marlboro Township,
Monmouth County, New Jersey. The USACE Imperial Oil/Champion Chemical
project team is capable and prepared to provide qualified staff for
monitoring contractor performance to mitigate risks and to ensure that all
alternatives have been considered. The project team is also able and has
experience to monitor the task order to ensure that performance, cost and
schedule goals are being met, including but not limited to, implementing
quality assurance procedures established for the contract, and completing
timely contractor performance evaluations that accurately reflect the
contractors actual performance.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=6afe5556fa6ba0776d81869add71574b&tab=core&_cview=0
Posted: 07/31/09
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: August 2, 2009
ISSUE: FBO-2806
DE-AC30-06EW05001, MODIFICATION 053 (AWARD)
SOL: DE-AC30-06EW05001
POC: Marjorie A. Dulatt, (859) 219-4057, E-MAIL: marjorie.dulatt@lex.doe.gov;
Robert J. Bell, Rj.bell@lex.doe.gov CNT
DE-AC30-06EW05001M053 AMT $27,920,000 DTD 072909 TO: Paducah Remediation
Services, LLC, 761 Veterans Avenue, Kevil, Kentucky 42053.
POP: Paducah Gaseous Diffusion Plant, Paducah, Kentucky. WEB:
FBO.gov Permalink at https://www.fbo.gov/spg/DOE/PAM/HQ/DE-AC30-06EW05001/listing.html
NAICS: 562910. Contract
DE-AC30-06EW05001 is a Cost-Plus-Incentive Fee (CPIF) Small Business
Set-Aside contract awarded to PRS. The contract has been modified to extend
the period of performance by nine months to June 30, 2010 and adds work
scope for the continuation of environmental remediation activities
including but not limited to remediation and disposition of specific areas
on the Paducah Gaseous Diffusion Site (land sites and groundwater) by
removing legacy waste, performing facility decontamination and
decommissioning, and operating the site waste storage facilities. American
Recovery and Reinvestment Act (ARRA) funding in the amount of
$27,920,000.00 is added to the contract. Rationale for using other than a
fixed price and/or competitive award: Use of fixed price contracting is not
feasible because the risk involved in environmental remediation work is
high and cannot be predicted with an acceptable degree of certainty.
Performance uncertainties cannot be identified and reasonable estimates of
their cost impacts cannot be made. A Justification for Other Than Full and
Open Competition (JOFOC) was approved on July 24, 2009 by the DOE Senior
Procurement Executive pursuant to the authority of 41 U.S.C. 253(c)(1) and
in accordance with Federal Acquisition Regulation (FAR) 6.302-1 "Only One
Responsible Source and No Other Supplies or Services Will Satisfy Agency
Requirements." The contract extension will allow for continuation of the
environmental remediation activities at the Paducah site until completion
of the on-going competitive procurement.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=64b494fe194b713a1a11aa2b5ef602f7&tab=core&_cview=0
Posted: 07/30/09
SPONSOR: Department of Energy, Federal Locations, All DOE Federal
Contracting Offices, Various locations.
PUBLICATION DATE: August 1, 2009
ISSUE: FBO-2805
DE-AC24-05OH20192 MODIFICATION 063 (AWARD)
SOL: DE-AC24-05OH20192
POC: Robert J. Bell, (859) 219-4055, E-MAIL: rj.bell@lex.doe.gov; Marjorie Dulatt,
marjorie.dulatt@lex.doe.gov CNT
DE-AC24-05OH20192M063 AMT $54,000,000 DTD 072909 TO: LATA/Parallax
Portsmouth, LLC, 2424 Louisiana Blvd., NE, Suite 400, Albuquerque, NM 87110.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DOE/PAM/HQ/DE-AC24-05OH20192/listing.html
NAICS: 562910. Contract DE-AC24-05OH20192 is a
Cost-Plus-Incentive Fee (CPIF) Small Business Set-Aside contract awarded to
LATA/Parallax Portsmouth, LLC (LPP). The contract has been modified to
extend the period of performance through June 30, 2010 and adds work scope
for the continuation of environmental remediation activities at the
Portsmouth site. Remediation activities include, but are not limited to the
following: demolition of the X-633 RCW, X-533 Switchyard, and X-760
Chemical Engineering Building; source contaminant removal at the X-701B
Groundwater Plume; and disposition of material in the Uranium Management
Center (UMC). American Recovery and Reinvestment Act (ARRA) funding in the
amount of $54,000,000.00 is added to the contract. Rationale for using
other than a fixed price and/or competitive award: Use of fixed price
contracting is not feasible because the risk involved in environmental
remediation work is high and cannot be predicted with an acceptable degree
of certainty. Performance uncertainties cannot be identified and reasonable
estimates of their cost impacts cannot be made. A Justification for Other
than Full and Open Competition (JOFOC) was approved by the DOE Senior
Procurement Official July 24, 2009 pursuant to the authority of 41 U.S.C.
253(c)(1) and in accordance with Federal Acquisition Regulation (FAR)
6.302-1 "Only One Responsible Source and No other Supplies or Services Will
Satisfy Agency Requirements." The contract extension will allow
continuation of the environmental remediation activities at the Portsmouth
site until completion of the on-going decontamination and decommissioning
(D&D) competitive procurement.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=1d14199f87d65dfd9ebf744b827ec324&tab=core&_cview=0
Posted: 07/30/09
SPONSOR: Department of Energy, Federal Locations, All DOE Federal
Contracting Offices, Various locations.
PUBLICATION DATE: August 1, 2009
ISSUE: FBO-2805
RECOVERY--C--RESIDENTIAL REMEDIAL DESIGN AND TECHNICAL SUPPORT OF REMEDIAL
ACTION ACTIVITIES, EUREKA MILLS SUPERFUND SITE, EUREKA, UTAH (AWARD)
SOL: W912DQ-06-D-0010-DK01
POC: Patricia Overgaard, 402-995-2062, E-MAIL: pat.m.overgaard@usace.army.mil
CNT W912DQ-06-D-0010-DK01 AMT
448,858.29 LINE 0007 DTD 073009 TO: HDR Engineering, Inc., 4435 Main
St., Suite 1000, Kansas City, MO 64111-1860. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/USA/COE/DACA45/Awards/W912DQ-06-D-0010-DK01.html
NAICS: 541330. Residential Remedial Design
and Technical Support of Remedial Action Activities to remove lead and
arsenic impacted soils located at the Eureka Mills Superfund Site, Eureka,
Utah - This is a modification to an existing Task Order written by the
Omaha District on Kansas City District Contract - W912DQ-06-D-0010 - HDR
Engineering, Inc. PROVIDED FOR INFORMATIONAL PURPOSES ONLY.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=75e277d87f795ceec34c0e3b9dad94bf&tab=core&_cview=0
Posted: 07/30/09
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, U.S. Army
Engineer District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
PUBLICATION DATE: August 1, 2009
ISSUE: FBO-2805
INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ENVIRONMENTAL SERVICES
WITHING THE GEOGRAPHIC LIMITS OF THE MISSISSIPPI VALLEY DIVISION (AWARD)
SOL: W912P9-09-R-0733
POC: Judy Kibler, 314-331-8521, E-MAIL: judith.a.kibler@usace.army.mil CNT W912P9-09-D-0539
AMT 10,000,000.00 - 5 year period of performance LINE 0001 -0164 DTD 073009
TO: ARDL, Inc. 400 Aviation Drive, Mount Vernon, IL 62864.
NAICS: 541620. Environmental tasks include but are not limited to analysis
of data derived from environmental studies,hazardous, toxic and radioactive
waste (HTRW) studies, industrial hygiene and health physics studies,
environmental assessments, confined space entry, emergency response,
research and development, hydroacoustis, biological studies, mussel
studies, report writing, special study projects. Remote instrumentation and
other related environmental work.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=39ab3505b6a05781585919c88878a303&tab=core&_cview=0
Posted: 07/30/09
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, U. S. Army
Engineer District St. Louis, ATTN: CEMVS-CT, 1222 Spruce Street, St. Louis, MO 63103-2833
PUBLICATION DATE: August 1, 2009
ISSUE: FBO-2805
Notices for July 20-24, 2009
This update contains summaries of procurement and contract award notices issued between July 20-24, 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.
PROVIDE ENVIRONMENTAL RESTORATION SERVICES TO INCLUDE REMEDIAL ACTIVITIES
AT EDWARDS AFB, CA PLANT 42, PALMDALE CA AND OTHER TEST RANGES IN THE
GREATER SOUTHWEST COMPLEX. (SRCSGT)
SOL: W91238-09-403
DUE: 072809
POC: Diane Ferguson, 916-557-5190, E-MAIL: diane.m.ferguson@usace.army.mil
POP: US Army Engineer District,
Sacramento 1325 J. Street, Sacramento CA 95814. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/USA/COE/DACA05/W91238-09-403/listing.html
NAICS: 562910. This is a SOURCES SOUGHT
NOTICE for a Market Research ONLY to determine the availability of
potential HUBZone firms for a potential HUBZone business category type
set-aside. NO AWARD will be made from this Sources Sought. NO SOLICITATION,
SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, do NOT
request a copy of a solicitation. Potential offerors having the skill,
capabilities necessary to perform the described project are invited to
provide feedback via email to Ms. Diane.M.Ferguson@usace.army.mil. All
responses will be used to determine the appropriate acquisition strategy
for a potential future acquisition. Particularly, the purpose of this
NOTICE is to gain knowledge of potential small business sources in the
following categories: Certified HUB Zone for an Indefinite
Delivery/Indefinite Quantity (IDIQ) type contract for environmental
remedial services and activities at Edwards Air Force Base, California. The
capabilities will be evaluated solely for the purpose of determining to
Set-Aside for the Small Business Community or to conduct as an Unrestricted
Procurement. Other than small businesses may respond to this NOTICE in the
event the market does not indicate SB interest, however, preference will be
given to the SB categories listed above. The government must ensure there
is adequate competition among the potential pool of available contractors.
This project is planned for advertising in August 2009. The NAICS Code is
562910, the size standard is $14.0 million and the Product Service Code
(PSC) is 8999. The duration of the project is 365 calendar days with three
(3) one-year option periods. PROJECT DESCRIPTION The contractor will
provide services to support the achievement of environmental objectives in
the area of environmental restoration. Contractor activities under the
Performance Work Statement (PWS) shall include remedial activities at
Edwards Air Force Base (EAFB), Plant 42 (Palmdale, CA) and other test
ranges in the greater Southwest Range Complex. The contract will be
executed and task orders will be placed against it as requirements are
identified. Work will be related to various environmental restoration
activities to include preliminary assessments; site inspections; remedial
investigations/feasibility studies; site characterization studies;
development and screening of alternatives; treatability
studies/investigations; selection of remedies; provide engineering support;
perform remedial actions; operation and management tasks; transportation,
disposal, and tracking of hazardous and/or solid waste materials;
geographical information system support; and project management and
customer, team, public meetings support. The detailed work assignments and
associated deliverables will be specified in a separate PWS for each task
order. As specified in each task order, the contractor may be required to
present a work plan describing in detail how the contractor proposes to
complete the task. After Government approval of the work plan, the
contractor shall complete the task as described in the PWS and the work
plan. CAPABILITY STATEMENT The following requests are designed to apprise
the US Army Corps of Engineers, Sacramento District, of any prospective
construction contractors project execution capabilities. Please provide
your response to the following. The submission is limited to 5 pages. 1)
Offerors name, address, point of contact, phone number, and e-mail address.
2) Offerors interest in bidding on the solicitation when it is issued. 3)
Offerors capability to perform a contract of this magnitude and complexity
and comparable work performed within the past 5 years brief description of
the project, customer name, timeliness of performance, customer
satisfaction, and dollar value of the project) provide at least 3 examples.
4) Offerors HUBZone certified status, the number of years in business, and
DUNS number. 5) Offerors Joint Venture information if applicable existing
and potential The Capabilities Statement for this sources sought is not a
Request for Proposal, nor does it restrict the Government to an ultimate
acquisition approach. The Government is seeking short statements regarding
the companys ability to demonstrate existing-or-developed expertise, past
performance, and experience in relation the areas specified herein. Any
commercial brochures or currently existing marketing material may also be
submitted with the Capabilities Statement as long as the Offerors
submission stays within the 4-page limit. Submission of Capabilities
Statement is not a prerequisite to any potential future offerings, but
participation will assist the Corps of Engineers in tailoring requirements
to be consistent with industry capabilities. This Sources Sought is for
information and planning purposes only and is not to be construed as a
commitment by the Government. The Government will not pay for any
information or materials provided in response to this Sources Sought Notice
and submittals will not be returned to the sender. If a solicitation is
later released it will be synopsized in FedBizOps only, the FedBizOps link
is: www.fbo.gov. Contractors are encouraged to register on FedBizOps with
the NAICS code related to this posting and for other business
opportunities. Once your company is registered, FedBizOps, will
automatically send you e-mails related to the NAICS codes you registered
your company. Respondents will not be notified of the results of the
evaluation. All interested contractors should notify this office in writing
by email or mail by 5:00 PM Pacific Time, 28 July, 2009. Submit response
and information to: Mrs. Diane Ferguson, CECT-SPK-B, Room. 878, US Army
Corps of Engineers, Sacramento District, 1325 J Street, Sacramento, CA
95814 or Diane.M.ferguson@usace.army.mil.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=bc828ee649d748cfcfd2013aa36bb1f7&tab=core&_cview=0
Posted: 07/22/09
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, US Army
Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
PUBLICATION DATE: July 24, 2009
ISSUE: FBO-2797
SBA REGION 6 (EXCEPT ARKANSAS, NEW MEXICO & OKLAHOMA)BASIC
ORDERING AGREEMENT FOR ENVIRONMENTAL REMEDIATION SERVICES. (PRESOL)
SOL: N6945009R0001
DUE: 073109
POC: Queen H. Singleton 904-542-6917, E-MAI>L: Queen H. Singletonqueen.singleton@navy.mil
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DON/NAVFAC/N69272/N6945009R0001/listing.html
NAICS: 562910. This synopsis is to identify 8a sources for the Basic Ordering Agreement (BOA)
for Environmental Remediation Services for the Small Business Region 6,(except
Arkansas, New Mexico and Oklahoma).
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=694ded61be86abd175043c1047fbab94&tab=core&_cview=0
Posted: 07/24/09
SPONSOR: Department of the Navy, Naval Facilities Engineering Command,
Southeast, N69450 NAVFAC SOUTHEAST,
JACKSONVILLE Building 903 PO Box 30 NAS JAX, FL
PUBLICATION DATE: July 26, 2009
ISSUE: FBO-2799
BIO-HAZARDOUS WASTE PICKUP AND DISPOSAL, NAS MERIDIAN (PRESOL)
SOL: N6945009T2577
DUE: 080309
POC: Jason Clayton, 601-679-2510 ; Lisa Harris, 601-679-2179,
POP: Naval Air Station
Meridian, Meridian, Ms 39309. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/DON/NAVFAC/N62467P/N6945009T2577/listing.html
NAICS: 562211. Provide collection and disposal services of bio-hazardous medical
waste from the Branch Medical Clinic, Naval Air Station, Meridian Ms. The
contractor shall assume title of waste production upon collection and will
provide ongoing infection control consultation certificates of destruction.
Contractor shall follow proper guidelines as provided by OSHA and the State
of Mississippi. The contractor shall provide leak resistant disposable
containers for packaging waste. Containers will be boxes, bags, and 6 roll
around tubs. Average monthly volume of materials produced by clinic is 10
boxes monthly with an average of 30 lbs/box.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=727454dc95ead5559c59e5760b09a1f8&tab=core&_cview=0
Posted: 07/23/09
SPONSOR: Department of the Navy, Naval Facilities Engineering Command,
NAVFAC Southeast, ROICC Meridian, N69450,
229 Allen Road Bldg 427, NAS Meridian Meridian, MS
PUBLICATION DATE: July 25, 2009
ISSUE: FBO-2798
ENVIRONMENTAL SERVICES IN THE KINGDOM OF BAHRAIN, DUBAI, U.A.E, AND THE
REGION. (PRESOL)
SOL: N3319109R0150
POC: Elias Stamatiades, Contract Specialist, NAVFAC EURSWA, Tel: +39 081-568-7737,
Fax: +39 081-568-4342, E-MAIL: Elias.Stamatiades@eu.navy.mil WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/DON/NAVFAC/EFAMED/N3319109R0150/listing.html
NAICS: 562111. PRE-SOLICITATION NOTICE Naval Facilities Engineering Command Europe
Southwest Asia (NAVFAC EURSWA) intents to advertise a Request for Proposals
(RFP) for a firm fixed-price environmental services contract under
Solicitation N33191-09-R-0150. The work includes providing all labor,
management, supervision, tools, materials, utilities, and equipment
necessary to provide the following environmental services: 1. USED OIL
TRANSPORTATION, KINGDOM OF BAHRAIN 2. TRANSPORTING AND RECYCLING OF USED
OIL AT JEBEL ALI, UAE 3. SHOP TOWEL CLEANING AND REUSE, KINGDOM OF BAHRAIN
4. SHOP TOWEL CLEANING AND REUSE AT JEBEL ALI, UAE 5. FIRING RANGE CLEANUP,
NSA BAHRAIN 6. WASTE TRANSPORTATION, CNREURAFSWA DET BAHRAIN AREA OF
OPERATION 7. INCINERATE MEDICAL WASTE / HAZARDOUS WASTE, CNREURAFSWA DET
BAHRAIN AREA OF OPERATION 8. OIL AND HAZARDOUS SUBSTANCE SPILL RESPONSE ON
LAND AND IN THE WATERS OF THE ARABIAN GULF, GULF OF OMAN AREAS OF MIDDLE
EAST COUNTRIES, AND HORN OF AFRICA/DJIBOUTI. The Government intends to award
one Indefinite Delivery Indefinite Quantity (IDIQ) Services Contract with
pre-established fixed contract prices. Award will be made to the
responsible proposer whose proposal, conforming to the RFP, will be most
advantageous to the Government resulting in the Best Value, price and other
factors considered. The anticipated contract will be structured with a base
period of one (1) year and four (4) annual options. The work to be acquired
falls under the North American Industry Classification System (NAICS) Code
562111 (Solid Waste Collection). The estimated price range for this
requirement for the base year and all options is $1,000,000 to $5,000,000.
The requirement will be solicited as a Request for Proposal (RFP) using
competitive negotiation procedures under FAR Part 15. The solicitation is
expected to be posted to EuroNECO on or about August 3, 2009. Proposals are
expected to be due on September 2, 2009, at 10:00 A.M. (CET). All dates are
tentative and are subject to change. The Government intends to post all
notices/amendments related to this solicitation on the Navy Electronic
Commerce Online (EuroNECO) website at https://euro.neco.navy.mil. All
interested firms must register on the EuroNECO website in order to obtain
the solicitation documents and all information regarding the solicitation.
Hard copies of the solicitation will not be provided. Note: Contractors
must check the "Navfac Vendor" Box When Registering in EuroNECO to be
notified of NAVFAC business opportunities. It is the responsibility of the
proposer to check the website daily for any updates/amendments. Prospective
offerors will have access to the solicitation at the EuroNECO Web Site
located at https://euro.neco.navy.mil searching by solicitation number
N3319109R0150 (no hyphens). Unless otherwise indicated in the synopsis, the
anticipated solicitation will only be advertized on the internet at
https://euro.neco.navy.mil. It is offerors responsibility to check this
site daily in order to be notified of any changes to this solicitation.
Registration for this solicitation is recommended. If you register for this
solicitation, you will receive a courtesy e-mail notifying you of all
amendments for this solicitation that are posted on the web site.
Registration for this solicitation, however, does not release offerors from
the responsibility of checking the solicitation daily for amendments. All
contractors proposing on Department of Defense Solicitations must be
registered in the Central Contractor Registration (CCR) www.ccr.gov prior
to award of any United States of America Department of Defense contract. In
order to register in CCR, proposers must have a Dun and Bradstreet (DUNS)
Number http://fedgov.dnb.com/webform and a Commercial and Governmental
Entity (CAGE) Code (U.S. firms) or a NATO Commercial and Governmental
Entity (NCAGE) code (foreign firms). http://www.dlis.dla.mil/Forms/Form_AC1
35.asp. The CCR requirement applies to all contract awards, regardless of
the country where the work is performed. It is highly encouraged for
prospective proposers to begin the CCR registration process as early as
possible. The POC for this pre-solicitation notice is Elias Stamatiades.
E-mail: Elias.Stamatiades@eu.navy.mil. Telephone: +39-081-568-7737.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=b525c2d6fc96899c0e07a59f5be64adf&tab=core&_cview=0
Posted: 07/23/09
SPONSOR: Department of the Navy, Naval Facilities Engineering Command,
NAVFAC Europe and Southwest Asia, N33191, PSC 817 Box 51 FPO AE 09622 (Naples, Italy)
PUBLICATION DATE: July 25, 2009
ISSUE: FBO-2798
UNDERGROUND AND ABOVEGROUND STORAGE TANKS (UST/AST) INSPECTION AND TESTING
REQUIREMENTS (SRCSGT)
SOL: VA-248-09-RP-0150
DUE: 073109
POC: America Quinones-Gonzalez, (787) 781-8700 Ext. 4715, E-MAIL: AQG@med.va.gov
or America.Quinones-Gonzalez@va.gov
POP: VA
Caribbean Healthcare System, Calle Casia 10, Bo. Monacillos, Rio Piedras,
PR 00921. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/VA/SJVAMC672/SJVAMC672/VA-248-09-RP-0150/listing.html
NAICS: 541380. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. The Department of
Veterans Affairs, VA Caribbean Healthcare System (VACHS), San Juan, Puerto
Rico intends to negotiate a commercial (FAR Part 12) sole source contract
with Las Americas Petroleum Services Corporation, under the authority of
Federal Acquisition Regulation (FAR) 6.302-1. Only one responsible source
and no other supplies or services will satisfy agency requirements. The
proposed contract award for services to only one source is authorized in
accordance with FAR 6.302-1(a) (2). This acquisition is to provide and
supply the services necessary to conduct and establish an
inspection/testing environmental compliance program for Underground Storage
Tanks (UST) and Aboveground Storage Tanks (AST) at the VA Caribbean
Healthcare System. No solicitation package is available at this time. A
determination by the Contracting Officer not to compete this action based
on responses to this notice is solely within the discretion of the
Government. Qualified Offerors/Companies shall be experienced in conducting
inspection and testing for environmental compliance for the complexity of
around 15 storage tanks. In addition, qualified offerors/companies shall
demonstrate they have certified technical representatives to perform this
contract. Applicable North American Industry Classification System (NAICS)
is 541380 and size standard is 12.0 M. Please submit your expressions of
interest to include documentation of company capabilities in sufficient
detail for the Government to determine that your company possesses the
necessary expertise and experience to compete for this acquisition.
Information received will be considered solely for the purpose of
determining whether to conduct a competitive procurement. Since this is a
sources sought announcement, no evaluation letters will be issued to
participants. This synopsis is not to be construed as a commitment by the
Government and no contract will be awarded from this announcement.
Interested parties may request a copy of the Statement of Work prior to the
closing date of this notice. Due date for submission of company
capabilities, is Friday, July 31, 2009 by 9:00 am Puerto Rico (local time).
Telephone requests will not be accepted. Interested parties may e-mail
information to AQG@med.va.gov or America.Quinones-Gonzalez@va.gov, or fax
787-641-9372 (ATTN: Amrica Quiones-Gonzlez).
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=d1ca559b1bb3cfe37d3673ac4bce971f&tab=core&_cview=0
Posted: 07/23/09
SPONSOR: Department of Veterans Affairs, VA Caribbean Health Care System,
PBD Office; Tres Rios Bldg; 27 Gonzalez Giusti Ave, Suite 600; Guaynabo PR 00968
PUBLICATION DATE: July 25, 2009
ISSUE: FBO-2798
SOM01.2 ORGANIC CHEMICAL ANALYSES (SRCSGT)
SOL: PR-HQ-09-12542
DUE: 080709
POC: Elizabeth E. Fuller, Contract Specialist, 202-564-2276, E-Mail: fuller.elizabeth@epa.gov
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/EPA/OAM/HQ/PR-HQ-09-12542/listing.html
NAICS: 541380. The United States Environmental Protection Agency (USEPA)
Office of Acquisition Management (OAM) is conducting market research in
accordance with the requirements of FAR Part 10 for information in
developing a preliminary acquisition strategy for meeting its Contract
Laboratory Program (CLP) Organic and Inorganic Analyses needs. This request
for information is for market research only. It is not a solicitation or a
commitment by USEPA to contract for services identified herein. The
Government will not pay respondents for information in response to this
market research. This request for information and the information collected
will not restrict the Government as to its ultimate acquisition approach.
PURPOSE/GENERAL INFORMATION: The CLP regularly solicits and awards
contracts separately for Organic Sample Analysis and Inorganic Sample
Analysis. The program value for organic and inorganic sample analysis is
between approximately $10 and $15 million per year. The contracts are
Firm-Fixed Price (FFP) IDIQ with multiple 12-month Option Periods. The
contracts fall under the North American Industry Classification System
(NAICS) code 541380 and the Standard Industrial Classification (SIC) code
is 8734 with a Small Business Administration defined size standard of $12.0
Million. The objective of this request for information is to gather
information from industry in order to tailor the Government?s approach to
acquiring necessary analyses in accordance with customary industry
practices and to identify: small; small disadvantaged; women-owned; 8(a);
HUBZone and service disabled veteran-owned business concerns that possess
the necessary technical capabilities to provide data analysis.
BACKGROUND/DESCRIPTION: Full information regarding the CLP, as well as
Statements of Work (SOWs), can be found at the following address:
http://www.epa.gov/superfund/programs/clp/. The Inorganic Program currently
operates under the ILM05.4 SOW and plans to implement the ISM01.0 SOW in
the future. ILM05.4 SOW defines the analytical methods accepted by the CLP
for the isolation, detection, and quantitative measurement of 23 target
analyte metals (including mercury) and cyanide in both water and
soil/sediment environmental samples. Analyses are performed using
Inductively Coupled Plasma-Atomic Emission Spectroscopy (ICP-AES),
Inductively Coupled Plasma-Mass Spectrometry (ICP-MS), Cold Vapor Atomic
Absorption (CVAA), and colorimetric techniques. The Organic Program
currently operates under the SOM01.2 SOW. SOM1.2 SOW defines the analytical
methods accepted by the CLP for the isolation, detection, and quantitative
measurement of 52 volatile, 67 semivolatile, 21 pesticide, and 9 Aroclor
target compounds in water and soil/sediment samples. The analytical service
provides the methods to be used, and the specific contractual requirements
by which USEPA will evaluate the data. This service uses Gas
Chromatograph/Mass Spectrometer (GC/MS) and Gas Chromatograph/Electron
Capture Detector (GC/ECD) methods to analyze the target compounds.
INSTRUCTIONS: Interested concerns who believe they have the capability of
providing the required services as defined in the SOM01.2 SOW are invited
to submit answers and a Capabilities Statement. Any information submitted
by respondents to this request for information is strictly voluntary. The
Government will not pay for any information submitted. Interested
laboratories are requested to submit answers to the questions below.
Laboratories may choose to answer all or some of the questions; all
responses will be kept confidential. All information received will be
evaluated with the objective of finding an appropriate balance between the
risk undertaken by the contractor and the Government?s need for consistency
and quality. The deadline for responses is August 7, 2008. Answers may be
submitted in the body of an email or as an attachment to
fuller.elizabeth@epa.gov. Answers may also be mailed to the address below:
US EPA Ariel Rios Building Attn: Elizabeth Fuller, Mail Code 3805R 1200
Pennsylvania Avenue, NW Washington, DC 20460 Documentation required to be
submitted during the sources sought by each laboratory for evaluation by
the US EPA include answers to questions 1-15 and a Capability Statement as
detailed below. Q1. What is your business size under NAICS code 541380? Q2.
Does your laboratory have the ability to analyze organic, inorganic, or
both types of samples? Q3. Has the laboratory ever participated in the CLP?
Provide dates and the SOW, if applicable. Q4. Does the laboratory use the
CLP SOWs as part of its regular commercial practice? Q5. Is the laboratory
familiar with the Staged Electronic Data Deliverable (SEDD)? Does the
laboratory currently deliver any of the stages? Which stages? Q6. Are the
required SEDD deliverables too complicated? Q7. Would it be burdensome on
the laboratory to provide deliverables under more than one stage (e.g., 2a,
2b, and/or 3) under the same contract? Q8. What is the laboratory?s
willingness/ability to perform quick turnarounds for preliminary data
(e.g., 48 hours, 72 hours)? Q9. Would a disincentive policy be a deterrent
from entering the program? Q10. Is the process of bidding on a contract too
difficult (i.e., paperwork, initial cost, confusing instructions, etc.)?
Q11. Are sample capacities of approximately 2500 units per month too
low/high? Q12. How do you perceive a partial small business set-aside? Q13.
Based on what you know about the current program, would your laboratory be
likely to submit a proposal for a contract? Please elaborate why or why
not. Q14. Please provide any additional information. Q15. May we contact
you regarding your responses for clarification and elaboration? CAPABILITY
STATEMENT REQUEST:To evaluate the potential number of laboratories capable
of adequately performing under the SOW, a thorough review of laboratory
Capability Statements will be made. Laboratories responding to this sources
sought synopsis are requested to provide the US EPA all the appropriate
documentation that would assure the US EPA that for any possible future
contract(s) with the CLP, the laboratory will be able to: (1) Adhere to a
written QAP containing the elements described under Exhibit E, Section 5 of
the SOW; (2) Adhere to Standard of Operating Procedures (SOPs) containing
the elements described under Exhibit E, Section 6 of the SOW; (3) Adhere to
the analytical methods detailed in Exhibit D and associated Quality Control
(QC) requirements specified in Exhibit E of the SOW; (4) Verify and
document analytical standards and retain documentation of the purity of
neat materials, as well as the purity and accuracy of solutions obtained
from private chemical supply houses; (5) Submit all raw data and required
documentation for Regional review; (6) Submit results of all analyzed
laboratory evaluation samples, including adherence to corrective action
procedures; (7) Submit, upon request, instrument data tapes and applicable
documentation for tape audits, including a copy of the Sample Data Package;
(8) Submit on-site laboratory evaluations and adhere to corrective action
procedures; and (9) Submit all original documentation generated during
sample analyses for US EPA review. CAPABILITIES STATEMENT MANUAL. The
laboratory shall submit a written capabilities statement detailing the
following: a. Organizational chart listing key personnel, including section
managers, analysts, sample receiving personnel, Quality Assurance (QA)
staff, and Information Technology ( IT) personnel that would participate in
the performance of a contract under the SOW, and a copy of the job
description and/or other documentation outlining the duties and
responsibilities of the laboratory Quality Assurance Manager. Include
sufficient information to assure the laboratory?s capability of analyzing,
at a minimum, 1600 units per month (a unit consists of an individual GC/MS
or GC/ECD analysis). b. Inventory of key instrumentation to be used in the
performance of the SOW, not including laboratory consumables and glassware.
Sufficient information should be included to assure the laboratory?s
capability of analyzing, at a minimum, 2500 units per month (a unit
consists of an individual GC/MS or GC/ECD analysis). c. Inventory of IT
equipment and systems to be used in the generation and submission of
electronic data as required inExhibit H of the SOW. d. Copies of current
State or Federal certifications, if applicable. e. Copies of two most
current Performance Evaluation Sample evaluations (US EPA sponsored WP, WS,
CLP, or other) performed by the laboratory. Additional Info: The
Environmental Protection Agency Contracting Office Address: Bid and
Proposal Room, Ariel Rios Building (3802R) 1200 Pennsylvania Avenue, N.W.
Washington, DC 20460 Point of Contact(s): Elizabeth E. Fuller, Contract
Specialist, Phone: 202-564-2276, E-Mail: fuller.elizabeth@epa.gov
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=c9f8eeef38526c47508ecb128b67e480&tab=core&_cview=0
Posted: 07/23/09
SPONSOR: Environmental Protection Agency, Office of Acquisition Management,
EPA/Headquarters, 1200 Pennsylvania Ave, N.W. Elizabeth Fuller
MC-3805R Washington, DC 20460
PUBLICATION DATE: July 25, 2009
ISSUE: FBO-2798
LABORER SERVICES FOR BIO SOLID TREATMENT FACILITY AT VARIOUS LOCATIONS,
OAHU, HAWAII (SRCSGT)
SOL: N6247809R2349
DUE: 080409
POC: Shari Lillie, (808) 471-1562, WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/DON/NAVFAC/N62742PH/N6247809R2349/listing.html
NAICS: 561210. This is not a
request for either a quote or proposal, or an invitation for bid. The
intent of this pre-solicitation synopsis is to identify potential offerors
for laborer services for Bio solid Treatment Facility at Various Locations,
Oahu, Hawaii. The contractor shall perform the following services: 1)
CONFIGURATION: Assist in building and breakdown of aerated static piles
(green waste and bio solid mixture). Operate front end loader as necessary.
Set and remove aeration pipes, attaching and detaching blowers, and
applying water with a 1 1/2 " fire hose as front-end loader operator piles
the bio solids and green waste mixture. The contractor shall rake, cover
evenly on top of aerated static pile. 2) INSPECTIONS: Performs daily
inspection of trommel screen, windrow turner, blowing filters for
cleanliness. Remove compost buildup on and around the trommel as needed. 3)
FACILITY/GROUND MAINTENANCE. Sets up and monitors automatic watering
devices for compost windrows. Occasionally assist lab technician with
taking samples as required. Perform general cleanup and maintenance of the
facility, drilling aeration pipes, move office equipment and supplies, mow
lawn, removing weeks, emptying rubbish cans, and washing of the heavy
equipment. 4) SAMPLES ASSITANCE. Occasionally assist Environmental
Protection Specialist at Petroleum Contaminated Soil Remediation Facility,
opening and removing soil from drums and Tri-wall boxes. 5) ASSISTING WITH
SPECIAL PROJECT. Occasionally assist Environmental Protection Specialist
with special projects such as Wetland remediation of Dredge spoil and
maintenance of the landfill caps. For Wetland remediation, build cells to
contain dredge spoil, loading wetland cell with dredge spoil, and pulling
plants & soil samples. As for Maintenance of Landfill Caps, perform general
cleanup of landfill caps, cutting grass, removing weeds & trees, and
pulling groundwater & air samples. The contractor shall be able to operate
heavy equipments and have the physical ability to perform all required to
above. The NAICS Code for this procurement is 561210 and the annual size
standard is $35.5 million. The contract term will be a base period of one
year plus four option years. The total term of the contract, including all
options, will not exceed 60 months. IDIQ work may be issued via the DOD
EMALL, a web-based ordering system, using Government purchase cards.
Interested parties must submit the following information: (1) Full name and
address of the firm (2) DUNs number (3) A statement regarding your business
size (e.g. 8(a), small business, large business, hubzone). Interested
parties may submit their response to shari.lillie@navy.mil. DO NOT SUBMIT A
NARRATIVE, PROPOSAL, BROCHURES OR ANY ADDITIONAL INFORMATION AT THIS TIME.
Based upon the responses received, the Government will determine the
set-aside method for the procurement. This is a sources sought announcement
and is for information and planning purposes only and is not to be
construed as a commitment by the Government, implied or otherwise, to issue
a solicitation or ultimately award a contract. An award will not be made on
responses to this notice. This Sources Sought Synopsis is not a Request for
Proposal (RFP); it is a market research tool being utilized to determine
the availability of sources prior to issuing an RFP. Interested parties
shall submit the requested information by 8/4/09.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=49bf98d8f4d9afa74bf12ddd233c59ec&tab=core&_cview=0
Posted: 07/22/09
SPONSOR: Department of the Navy, Naval Facilities Engineering Command,
N62478 NAVFAC HAWAII A-E/Construction/FSC PCO Branch 400 MARSHALL RD PEARL HARBOR, HI
PUBLICATION DATE: July 24, 2009
ISSUE: FBO-2797
INDEFINITE DELIVERY CONTRACTS (UNRESTRICTED BUSINESSES TYPES) FOR
MULTIDISCIPLINARY SERVICES TO BE PERFORMED IN THE UNITED STATES AND ITS
TRUST TERRIROTIES. (PRESOL)
SOL: W9126G-09-R-0153
DUE: 082109
POC: Michael Johns, 817-886-1059, E-MAIL: michael.v.johns@usace.army.mil
POP: US Army Engineer District, Fort
Worth PO Box 17300, 819 Taylor Street, Fort Worth TX 76102-0300.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-09-R-0153/listing.html
NAICS: 541330. 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. 1.0 - CONTRACT INFORMATION 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 contracts are required for design support primarily for the
Department of Defense Education Activity (DODEA) and Dependent Education
Secondary Schools (DDESS), which consists of projects primarily, but not
limited to, the Continental United States and its Trust Territories, and
overseas areas where DODEA facilities are located. It may also include
miscellaneous military projects within or assigned to the Southwestern
District Fort Worth, 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, civil works studies and designs,
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, and hazardous materials testing, abatement, and 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 two (2) contracts to unrestricted qualified firms
in amounts of $2,300,000 per year NTE $11,500,000 over five years for the
total IDIQ. Option periods shall be exercised in 12 month increments to
realize escalated labor rates. The capacity of the contract shall not be
tied to one option period. The contracts shall be issued as Indefinite
Delivery/Indefinite Quantity (IDIQ) type contracts, with firm fixed priced
labor rates. Each task order issued shall be firm-fixed price (as
negotiated). The contract shall be awarded subject to the availability of
funds, FAR 52.232-18, because the contract shall not be fully funded at the
time of award. Funding shall be cited on individual task orders. The IDIQ
contracts shall have a guaranteed minimum of $5000.00. North American
Industrial Classification System (NAICS) Code applicable to this project is
541330, Engineering Services, which corresponds to SIC Code 8711.The
initial contract is anticipated to be awarded in November 2009. 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, 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 Fort Worth District goals
on work to be subcontracted is that a minimum of 96.09% of the contractors
total intended subcontracted amount be placed as follows: 6.2% be placed
with the Small Disadvantaged Business (SDB); 7.0% be placed with Women
Owned Small Business (WOSB); 3.0% with American Veteran-Owned Small
Business, of which a part is with Disabled American Veteran-Owned Small
Business; 9.8% with HUB Zone Small Businesses; and the remaining 70.0% be
placed with Small Business (SB). 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
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 wages and benefits of service employees (see FAR 22.10)
performing under this contract must be at least equal to those determined
by the Department of Labor under the Service Contract Act. Projects outside
the primary area of responsibility may be added upon approval of all
parties and at the option of the Fort Worth District, U.S. Army Corps of
Engineers. The wages and benefits of service employees (see FAR 22.10)
performing under this contract must be at least equal to those determined
by the Department of Labor under the Service Contract Act. The proposed
services will be obtained by Negotiated Firm-Fixed Price Contract. Projects
outside the primary area of responsibility may be added upon approval of
all parties and at the Option of Fort Worth District, Corps of Engineers.
At the option of the Contracting Officer, Task Orders issued against
contracts awarded under this announcement may be issued by or for other
Government agencies. 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. 2.0 - PROJECT
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. Projects are
anticipated to be primarily but not limited to DODEA and DDESS programs,
managed and executed by Fort Worth District, which consists of projects
primarily, but not limited to, the Continental United States and its Trust
Territories. The work may involve: 1)feasibility/corrective measures
studies; 2)facility assessments and site investigations;
3)remediation/abatement recommendations on HAZMAT 4)preparation of
documents for submission to federal, state and local agencies; (AHERA for
one) 5)pilot studies; 6)engineering evaluations and cost analyses;
7)general investigation and design activities in support of DODEA, DDESS,
or other DoD and regulatory compliance; 8)support via environmental
studies/plans regarding various environmental compliance regulations
including but not limited to asbestos, lead base paint, mold, and other
hazardous/toxic/regulated materials; 9)support via environmental studies or
documentation of transfer of government real property, records searches,
oversight of field operations; 10)construction management support, human
and ecological risk assessments and other engineering studies and reports;
11)community relations; 12)engineering design, drafting, and planning
13)Master Planning and related studies; 14)Research; 15)surveying and
mapping, topographic and boundary surveys; 16)GIS modeling; 17)Geotechnical
services 18)Submittal and shop drawing review; and other construction
documents for a variety of projects. 19)Coordination for ordinance and/or
explosives investigations 20)AT/FP compliance Design projects are expected
to include maintenance/repair and/or alterations/renovations to existing
facilities, new construction, and demolition. Work and deliverables may
also include engineering studies, environmental studies, reports and
recommendations, formulation of facility sustainment programs, CADD
produced plans, specifications prepared utilizing Specsintact (Government
furnished software), construction cost estimates prepared utilizing
M-CACES, design analysis, weekly status reports, and value engineering.
Design considerations may include landscaping, architectural evaluations,
hardware, electronic and communications systems, environmental and EPA
regulatory considerations for storm water and site drainage pollution
prevention plans, and construction site requirements, LEED documentation
for certification. Construction Phase Services may, in addition to above
requirements, include on-site quality assurance inspections, corrective
actions to unforeseen site conditions, modifications to contract documents
commissioning and TAB, LEED compliance and documentation. Electronic files
are required to be provided on CD-ROM or compact disk. (For more
information on Specsintact, M-CACES, electronic advertising process, etc.
go to http://www.swf.usace.army.mil//links/e&c/ec-a. Materials and sites to
be investigated may contain Asbestos, Lead Based Paint, CFC's, PCB's,
Radiological Waste, UST's, OE, or any other related HTRW/Environmental
Material on potentially contaminated sites. Some work may require attending
public meetings, and coordinating with Federal, State, and Local regulatory
agencies. 3.0 - SELECTION CRITERIA: Selection criteria in descending order
of importance are as follows: Criteria (a)-(f) are primary criteria; items
(g)-(p) are secondary and are used as tie-breakers among technically equal
firms): Specialized Experience and Technical Competence (Ensure that all
special experience requirements are reflected on appropriate personnel
resumes in Section E, Part I, Standard Form (SF) 330. The selected team
must demonstrate recent (within the past 5 years) significant experience in
the items below. The definition of the word demonstrate, as used herein, is
to furnish, show, or state examples of each of the following requested
items: PRIMARY criteria are as follows: a) Specialized Experience and
Technical Competence: (1) The team must demonstrate recent (within the last
3 years) and significant experience in the design of facilities for DODEA,
DDESS, or public school systems (elementary, middle, and high school). The
selected team must demonstrate recent (within the past 5 years) and
significant experience in the design of facilities and infrastructure at
military installations, paying particular attention to area architecture
and conditions, utility systems, landscaping, interior design, value
engineering, and environmental issues. b) Professional Capabilities:
Indefinite delivery contracts will require for each A-E contractor (either
in-house or through a consultant) as a minimum, the following: Three (3)
registered Architects, one (1) Landscape Architect, one (1) Architectural
Hardware Specialist, one (1) Interior Designer, three (3) three registered
Electrical Engineers, one (1) Systems Engineer specializing in
Communications, two (2) LEED-AP personnel; three (3) registered Mechanical
Engineers, three (3) registered Civil Engineers, (1) registered Geo-Tech
Engineer specializing in geo-technical analysis and reporting, a certified
soil boring and testing firm, three (3) registered Structural Engineers,
one (1) registered Fire Protection Engineer, one (1) Life Safety
Specialists, two (2) environmental survey specialists, one (1) registered
Environmental Engineer, a certified testing lab, one (1) Value Engineer,
two (2) Cost Estimators, one (1) registered Surveyor as well as survey crew
personnel. 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. Registration and certification as required by
various state laws will be necessary. Firms should demonstrate strong
ability to provide comprehensive program and project management for complex
work; strong ability to provide comprehensive environmental technical and
compliance support; ability to provide necessary number of teams or crews
for complex and unexpected field, laboratory and regulatory compliance
support; ability to initiate, manage and complete multiple concurrent
delivery orders; ability to meet unforeseen schedule changes. 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. c) Capacity to Accomplish the Work: Firms must
demonstrate adequate team capacity to design three task orders concurrently
meeting all schedules. Firms must show sufficient capacity to respond on
short notice, mobilize qualified personnel, meeting all schedules, and
produce quality results under short deadline constraints to complete three
task orders concurrently for accepted task orders. Submitting firms should
demonstrate experience with similar size contracts and the available
capacity of key disciplines. The firm must ensure that resumes are provided
for each of the required Architects, Engineers, and other personnel
specifically required. Resumes for the survey crew, drill crew and testing
lab are not required. d) Past Performance: Demonstrate past performance
with respect to cost control, quality of work, and compliance with
performance schedules. Firms must demonstrate experience in awards of
successful designs and must demonstrate experience in evaluating
contractors construction material and equipment submittals, shop drawings,
and performing on-site construction surveillance. It is suggested that one
relevant project per page is presented to ensure that scope of relevant
projects are clearly defined and that participation by the proposed design
team is fully identified and defined on past projects. e) Knowledge of
Locality: Firms must demonstrate familiarity (primarily, but not limited
to) with the geographical districts applicable to the areas and
installations on which DODEA/DDESS facilities are located and their
applicable architecture, building codes, environmental regulations, soil
conditions, seismic requirements, and regulatory agencies. f) Demonstrate
past performance in preparing DOD, preferably U.S. Army Corps of Engineers,
Design-Bid-Build type project packages and Design-Build projects to this
announcement. DoDEA and DDESS school districts and locations can be located
at their respective web sites. The Fort Worth District locations can be
found at the Southwest District web site. This includes all applicable
architectural criteria, building codes, environmental regulations, seismic
requirements, wind loads, soil conditions, and regulatory agencies.
SECONDARY criteria are as follows: g) Firms must demonstrate the ability to
prepare specifications using Government furnished programs such as
Specsintact. h) Firms must demonstrate the ability to prepare construction
cost estimates using Government furnished programs such as M-CACES. Design
Team members responsible for construction cost estimating must demonstrate
prior experience in use of M-CACES software. Identify specific projects on
which M-CACES has been utilized. i) Firms must demonstrate the ability to
submit drawings in both AutoCAD and Bentley Microstation utilizing current
versions. Firms must demonstrate the ability to provide data files on
CD-ROM discs. j) Firms must demonstrate the ability to create CAL raster
files of all CAD drawings. k) Firms must demonstrate the ability to create
PDF files of specifications and other documents. This includes scanning
documents where direct file conversion to.pdf is not possible. l) Firms
must demonstrate the ability to access the Internet. This includes the
ability to submit date by File Transfer Protocol (ftp) utilizing an ftp
client. Firms must demonstrate the ability to access and send e-mail
several times daily during the contract. m) All narrative text, other than
specifications, shall be completed using Microsoft Word and Excel on
Windows 95/98/2000/MeNT compatible equipment or the word processing
software utilized must be importable by MS Word (2000) and the spreadsheet
utilized must be importable by MS Excel (2000) working in a Windows 95 or
later environment. MS Access capability or a database that can be imported
into MS-Access (2000) is also required. n) Subcontracting: Firms must show
the extent of participation of SB, SDB, WOSB, Service Disabled VOSB,
HubZone SB, in the proposed contract team, measured as a percentage of the
estimated effort. o) Volume of DoD contract awards: Firms must show their
last 12 months DoD contract awards stated in dollars. p) include a draft
Design Quality Control (DQC) Plan. It should include a brief presentation
of internal controls and procedures that the firm uses to ensure that a
quality design is produced. 4.0 - SUBMISSION REQUIREMENT: Submittals shall
be sent to: U.S. Army Corps of Engineers Attn: Michael Johns (817-886-1059)
CESWF-CT-S 819 Taylor Street, Room (P.O. Box 17300) Fort Worth, Texas
76102-0300 Interested firms having the capabilities to perform this work
must submit one copy of SF 330 (6/2004 Edition), as indicated below to the
above address not later than 4:00 p.m. (Central Standard Time) on August
21, 2009. Responding firms must submit a copy of a current (signed within
the past 12 months) an accurate SF 330, Part II for themselves and each
proposed consultant even if an SF 330, Part II is already on file. SF 330,
Part II shall be provided for the specific prime, other offices of the
prime and subcontractor offices proposed to perform the work. Indicate in
Block 3b of each SF 330, Part II if the firm is a Large, Small and
Disadvantaged or Woman-Owned Small Business. To be classified as a small
business, a firms average annual receipts or sales for the preceding three
fiscal years must not exceed $4.5 million. The prime shall submit only one
SF 330, Part I for the design team, completed in accordance with the
instructions. It must contain information in sufficient detail to identify
the team (prime, other offices of the prime firm and consultants) proposed
for the contract. The A-E shall not include company literature with the SF
330. The lead firm on the team is the prime contractor. If the prime has
more than one office, every one of its offices listed in Section C would be
considered both a prime and a branch office. If the submittal is by a
joint-venture, than the various key offices of the joint-venture listed
would be considered both J-V partner and a branch office. If a
subcontractor has more than one office, every one of its offices listed in
Section C would be considered both subcontractor and a branch office. The
A-E shall not include company literature with the SF 330. In Block No. 4 of
the SF 330, Part II, provide the Dun and Bradstreet Number (DUNS) for the
prime A-E or Joint Venture. The DUNS number must be for the firm performing
the work; i.e., not the parent company DUNS number if the firm has
branches, but a DUNS number specifically for the office, prime or branch
performing the work. Each branch office, joint venture and/or subcontractor
must have their own DUNS number. For assignment of DUNS numbers, contact
the Dun and Bradstreet office at 1-866-705-5711 or via the Internet at
http://www.dnb.com. The DUNS procedures replace the previous ACASS
system/procedures. In Block C of the SF 330, Part I, identify the
discipline/service to be supplied by each consultant. Provide brief resumes
in Block E of the on-staff or consultant employees you intend to use to
perform the work. Resumes must be submitted for each employee required to
meet the minimums stated above in paragraph 3b. In Block G-26, along with
the name, include the firm/location the person is associated with. The
names of all individuals included in the resumes in Section E shall be
listed in Block G-26 along with their firm location and their roles even if
example project experience in Block G-28 is not applicable. Also, include a
Team Project Organizational Chart for each firm proposed. A maximum of 10
projects including the prime and consultants will be reviewed in Part I,
Block F. Use no more than one project per page. In Block H of the SF 330,
Part I, provide a narrative to address each of the requirements, to include
a draft Design Quality Control (DQC) Plan. It shall include a brief
presentation of internal controls and procedures that you use to insure
that a quality design is produced. DOD awards shall be shown in an itemized
summary including Agency, Contract Number/Task Order No., Project Title,
and Award Amount dollars. Include a total of all listed awards. Note that
award of Indefinite Delivery Contracts should not be counted as award
amounts; only actual Task Orders and any modifications thereto should be
included in the amounts. When demonstrating team capabilities, firms shall
clarify planned capability, existing capability, and any prior experiences.
Include any other relevant information including a short discussion of why
the firm is especially qualified based upon the specific selection criteria
listed in Section 3. Do not exceed twenty (20) pages for Block H.
Submittals shall be prepared using Standard English and must be written in
a concise, yet clear and informative style. Submittals shall us a minimum
10 point Arial style font in preparing narrative elements and a minimum 10
point Arial style font in preparing tables. Submissions shall not include
color elements although italics and/or underlining are acceptable for
emphasis. Front and back side use of a single page will count as 2 pages.
Pages in excess of the maximum will be discarded and not used in evaluation
of the selection criteria. Maximum page size shall be 8x11. Personal visits
to discuss this announcement WILL NOT BE SCHEDULED. Solicitation packages
are not provided for A-E contracts. 5.0 - POINT OF CONTACT: Contracting -
Mr. Michael Johns, Contracting Specialist (817) 886-1059. E-mail your
questions to US Army Engineer District, Fort Worth at
Michael.johns@.usace.army.mil. Contracting Office Address: US Army Engineer
District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth, TX
76102-0300.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=5d7cc63e3a2ee953ce09f1f85f59b994&tab=core&_cview=0
Posted: 07/22/09
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, U.S. Army
Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
PUBLICATION DATE: July 24, 2009
ISSUE: FBO-2797
R - CHINLE COMMUNITY LANDFILL CLOSURE & INSTALLATION OF FINAL COVER
(PRESOL)
SOL: RMN00090164
DUE: 081709
POC: Mary J. Jim, Contract Specialist, 505-863-8266, E-MAIL: mary.jim@bia.gov
POP: Chinle Community Landfill, Northern Navajo Agency, Navajo Nation, Chinle,
Arizona 86503. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/DOI/BIA/RestonVA/RMN00090164/listing.html
The Bureau of Indian Affairs (BIA) has a
requirement for services to review and update the existing final cover
design for the closure of the Chinle Community Landill in Chinle, Arizona.
The projects will involve, but not be limited to: geophysical surveying;
reviews of the studies of other contractors; summaries of data; development
of remedial strategies; installations of the evapo-transpiration final
cover; drawing a size D map; product delineations, etc.; flow diagrams and
tables; preparation of permit applications; preparation of remedial
designs; and certifications by professional engineers or other designated
environmental professions for certain tasks. Offers will be evaluated on a
best value basis - Lowest Price Technically Acceptable (LPTA). A Firm Fixed
Price Environmental Engineering Contract will be awarded. This acquisition
is Set Aside for Small Business Concerns. The NAICS Code is 541330. The
Period of Performance will be 160 calendar days after issuance of Notice to
Proceed. All interested firms will be able to obtain a copy of the
solicitation through Fedbizopps. If any firm is unable to obtain a copy
from Fedbizopps, then a written request, will be accepted, for a
solicitation package to the Bureau of Indian Affairs, Division of
Acquisition, Attention Mary Jim, 301 West Hill Street, P. O. Box 1060,
Gallup, New Mexico 87305 or fax your request to the Attention of Mary Jim
at (505) 863-8382. Telephone requests to obtain the solicitation package
will not be accepted. Technical inquiries shall be submitted in writing
fourteen (14) calendar days before the proposal is due. Evaluation factors
are included in Section M of the proposal. The request for proposal (RFP)
No. RMN00090164, is due at 4:30 P.M. (local time), August 17, 2009. Faxed
RFPs will not be accepted. Submit solicitation packages to the following
address: BIA, Navajo Region, Division of Acquisition, Attention: Mary Jim,
P.O. Box 1060, 301 W. Hill Ave., Rm. 346, Gallup, NM, 87301. Any further
questions regarding this RFP may be directed to Mary Jim, at (505)
863-8266. All firms submitting quotes must be registered in the Central
Contractor Registration (CCR) in order to receive contracts from the
Federal Government pursuant to FAR Clause 52.204-7. To register or learn
more about the CCR, go to: http://www.ccr.gov.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=a1adec32091fa579b3b38e2dc48c2c74&tab=core&_cview=0
Posted: 07/21/09
SPONSOR: Department of the Interior, Bureau of Indian Affairs, BIA - DAPM,
BIA - Navajo Regional Office Division of Acquisition P.O. Box
1060301 W. Hill Rm 346 Gallup NM 87305
PUBLICATION DATE: July 23, 2009
ISSUE: FBO-2796
ENVIRONMENTAL SITE ASSESSMENTS (PRESOL)
SOL: Q6029090025
DUE: 080609
POC: William M. Martin, Purchasing Agent, 219-926-7561 xt433, E-MAIL:
William_Martin@nps.gov
POP: Indiana Dunes National Lakeshore, Porter IN 46304
WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q6029090025/listing.html
To support current National Park Service
(NPS) and Department of the Interior (DOI) goals to reduce Comprehensive
Environmental Response Compensation and Liability Act (CERCLA) liability at
park facilities, Phase I Environmental Site Assessments (ESAs) must be
conducted to determine whether or not any hazardous waste sites or
contamination exists prior to land purchases and transactions. To
facilitate this process we seek assistance in conducting Phase I ESAs
consistent with requirements set forth under 40 CFR 312 (the All
Appropriate Inquiry (AAI) standard), or requirements in the American
Society for Testing and Materials (ASTM)1527-05. The Phase I ESA will
include an analysis of current and historical conditions with respect to
potential site contaminants and for CERCLA liability. The goal of the site
assessment is to identify potential liabilities under CERCLA before land
transactions take place so that costs can be incorporated into land
transactions and so that individual park facilities do not end up bearing
the brunt of the cost of CERCLA clean-up. Phase I ESAs must be conducted by
an Environmental Professional (EP) as described under the AAI standard.
Phase I ESAs will be conducted using current requirements under the AAI
standard and to identify Recognized Environmental Conditions (RECs) and
historical RECs or other environmental liability associated with the
subject properties proposed for acquisition, disposal, and exchange
Magnitude of Project: $5,000 - $20,000. Point of Contact: Bill Martin,
Contracting Officer, Indiana Dunes National Lakeshore, 1100 North Mineral
Springs Rd, Porter, IN, 46304. Phone: (219)395-1714. Set-aside for small
businesses. Solicitation and specifications only available electronically
on or about July 23, 2009 at http://ideasec.nbc.gov. Use solicitation
number Q6029090025.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=f4f72355bb01fb5cc1ccd883578f97a1&tab=core&_cview=0
Posted: 07/21/09
SPONSOR: Department of the Interior, National Park Service, NPS - All
Offices, MWR - INDU Indiana Dunes National Lakeshore 1100 North Mineral Springs Road Porter IN 46304
PUBLICATION DATE: July 23, 2009
ISSUE: FBO-2796
ENVIRONMENTAL LONG TERM MONITORING SERVICES FOR THREE SITES AT THE FORMER
U.S. DISCIPLINARY BARRACKS (USDB) IN LOMPOC, CALIFORNIA (SRCSGT)
SOL: W52H09-09-R-VOLS
DUE: 080309
POC: Margaret L Vols, 309-782-8666, E-MAIL: TACOM-Rock Island, margaret.l.vols@us.army.mil
POP: United States Disciplinary Barracks (USDB), 3901 Klein Blvd., Lompoc CA 93436-2706.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/USAMC/DAAE20/W52H09-09-R-VOLS/listing.html
NAICS: 541620. The intent of this sources sought
synopsis is to identify sources capable of performing environmental Long
Term Monitoring Services at Former U.S. Disciplinary Barracks (USDB) in
Lompoc, California. Expected services would include Groundwater monitoring
and sampling, sample analysis, annual Landfill inspections and repairs,
report preparation, maintenance of the projects Public Repository and
Administrative Record, conducting Five-Year reviews, corrections of any
deficiencies noted in those reviews and ultimate site closure if site
conditions warrant. The estimated period of performance is 1 year with 2
option years. The contractor will need to meet the following requirements
at a minimum: The contractor shall maintain an environmental records
depository. A public repository is located at the Lompoc Library. The
Administrative Record is maintained in both hard copy and electronic PDF
format, at the contractors office. The contractor must have experience in
Post Site Mitigation and Monitoring Program (LTM) activities, and meet the
qualifications for conducting field related tasks and preparation of
reports. The State of California may require the contractor to hire a
Professional Geologist, Engineer, or Hydro-geologist registered in the
State of California, to work on, oversee, or sign-off on documents related
to, or resulting from environmental work conducted on the sites. The
contractor must have extensive experience with CERCLA, as amended by the
Superfund Amendments and Reauthorization Act (SARA), and National Oil and
Hazardous Substances Contingency Plan (NCP) in coordination with applicable
State of California requirements. The contractor will need to supply staff
who visits the site that is acceptable to the Bureau of Prisons (BOP)
security clearance requirements, including a National Crime Information
Center Check. The contractor should also demonstrate experience in working
with the State of Californias Regional Water Quality Control Board.
Interested sources may submit a Statement of Capability (SOC) not more than
five pages long to the point of contact detailed below. The SOC shall
include the following: Firms name and address; Names of two principles to
contact including title, telephone number, email address, and business
size. It is essential and critical that any prospective awardees be
responsible and responsive. SOC shall address the firms ability to meet the
above requirements, experience in providing similar services, management
capabilities, former Government contracts, and any other information deemed
pertinent to supporting the contractors ability to perform the above
services. The Government is only conducting market research. THIS IS FOR
INFORMATION AND PLANNING PURPOSES ONLY and should not be construed as a
commitment by the Government for any purpose. There is no solicitation
available. No cost data should be submitted. The Government will not pay
for any material provided in response to this source sought and submittals
will not be returned. RESPONSE DATE: All responses to this announcement
must be received by COB 3 Aug 2009. Interested parties shall contact the
government POC for any additional questions. The POC is Margaret L. Vols,
Contract Specialist, at 309-782-8666. Email your questions to
Margaret.l.vols@us.army.mil
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=c5908fcd5ebfe03e565c9937ba5d64b3&tab=core&_cview=0
Posted: 07/21/09
SPONSOR: Department of the Army, U. S. Army Materiel Command, U.S. Army
TACOM Life Cycle Management Command - Rock Island, TACOM - Rock
Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
PUBLICATION DATE: July 23, 2009
ISSUE: FBO-2796
DEVELOPMENT AND START-UP OF THE PLASMA ORDNANCE DEMILITARIZATION SYSTEM (SRCSGT)
SOL: W15QKN-09-X-0129
DUE: 080509
POC: John Swift, Contract Specialist, (973)724-4970, E-MAIL: john.r.swift@us.army.mil
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/USAMC/DAAE30/W15QKN-09-X-0129/listing.html
The United States Army
Contracting Command, Joint Munitions and Lethality Contracting Center, on
behalf of Product Manager Demilitarization (PM Demil), is conducting a
market survey to identify potential sources that are capable of completing
the research, development and proveout tasks on the Plasma Ordnance
Demilitarization System (PODS), located at Hawthorne Army Depot (HWAD) in
Hawthorne, NV, as well as preparing the PODS to the point of Low Rate
Initial Production (LRIP), but will not actually include LRIP. PODS is a
thermal treatment system that will be used for the demilitarization
(destruction) of Military ordnance as a Closed Disposal Technology (CDT).
PODS consists of a primary processing chamber followed by a series of
interconnected pollution abatement equipment (PAE). Initial processing of
ordnance occurs in the primary processing chamber (PPC), which is an
enclosed, oxygen enriched reaction vessel heated by an internally mounted,
Universal mode plasma arc torch. The torch, in addition to providing the
heat to combust the ordnance, also melts co-fed soil and iron into a slag
bath. Ordnance fed from the top of the PPC drops into the slag bath where
it melts and combusts. Combustion gasses reach temperatures of up to 2,200
F and are continuously drawn off the PPC through the PAE train, which
consists of an afterburner, a wet quench, a wet acid gas absorber, a wet
high energy scrubber, a dry bag house, and a NOx catalytic reducer. Molten
slag is periodically tapped into slag molds, cooled, and removed for
disposal in a solid form. PODS is fully installed and has gone through
extensive start-up testing with a variety of pyrotechnic ordnance (smoke,
flare, and simulator). A number of tasks are required to complete the
research, development and proveout of PODS to the point where it is ready
to initiate LRIP, which is the first operation in a sustained full scale
production mode. These tasks include resolution of remaining operability
issues, optimization studies and improvements, a variety of operational
testing (performance verification, environmental compliance), environmental
and technical documentation support activities, and LRIP planning
activities. Interested respondents should include information that provides
evidence of experience in the following areas in a white paper format: 1.)
Research, design, fabrication, start-up, developmental testing,
troubleshooting, modification, and maintenance of plasma systems operating
in an oxidizing environment for the purpose of demilitarization of a
variety of fully assembled munitions containing various energetic fills
(e.g., smoke, flare, simulator) at rates up to several hundred pounds per
hour. 2.) Stationary hearth primary plasma chamber designs utilizing oxygen
and water injection, and an oxidizing slag reaction medium. 3.) Experience
and familiarity with operation, maintenance, design, and assembly of the
Universal mode plasma torch and associated control system. 4.)
Understanding of the creation and sustainment of a molten slag reaction
medium using non-transferred and transferred torch operational modes for
the processing of military ordnance with a variety of casing materials
(e.g., aluminum, brass, copper, steel, stainless steel, plastic, cardboard)
while maintaining proper slag chemistry (e.g., oxidation levels, silica and
iron phase balance) and operating characteristics (e.g., leach resistance,
viscosity, conductivity). 5.) Routine tapping and handling of molten slag
including use of a burning bar bottom draw slag tap mechanism, slag
containment and cooling to a solid form, and subsequent disposal. 6.)
Operation and maintenance of start-of-the-art pollution abatement systems
for low flow rate off gas comprising both wet and dry scrubbing systems for
remediation of organics, NOx, particulate matter, volatilized metals, and
acid gases. 7.) Resolution of high temperature (2,200F) off gas pipe
plugging issues resulting from very high particulate loads generated by the
processing of pyrotechnic munitions. 8.) Environmental compliance testing
of incinerator systems in compliance with Clean Air Act and Nevada Division
of Environmental Protection regulations, to include calibration drift,
relative accuracy test audit, comprehensive performance testing, health
risk assessment data collection, and Nevada State compliance testing. 9.)
Technical documentation of plasma system operations to include operating
and maintenance plans, design drawings, training plans, and start-up and
shut-down checklists. 10.) Operational reviews and process analysis and
evaluation to identify improvements to thermal treatment processes that
increase system performance (e.g., reliability, throughput, operating
cost). 11.) An awareness of the intricacies of operation and control of the
PODS process, including troubleshooting issues, operating parameters,
process chemistry, control interlocks, and operational issues. This market
survey is for information and planning purposes only, and does not
constitute a Request for Proposal (RFP). It is not to be construed as a
commitment by the U.S. Government. No award will be made as a result of
this market survey. All information is to be submitted at no cost or
obligation to the Government. The Government reserves the right to reject,
in whole or in part, any private sector input as a result of this market
survey. The Government is not obligated to notify respondents of the
results of this survey. Interested sources should submit their
qualification data and requested information no later than 1700 hrs EST on
05 August 2009 by email to john.r.swift@us.army.mil. Interested sources may
also submit their qualification data and requested information to JM&L
Acquisition Center, ATTN: John R. Swift, Building 9, Picatinny Arsenal, New
Jersey 07806-5000 no later than1700 hrs EST on 05 August 2009.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=3011771d5a9c9093cab36b1368b5edb2&tab=core&_cview=0
Posted: 07/21/09
SPONSOR: Department of the Army, U. S. Army Materiel Command, US Army, Army
Contracting Command, Joint Munitions and Lethality (JM&L)
Contracting Center, Picatinny
PUBLICATION DATE: July 23, 2009
ISSUE: FBO-2796
CHEMISTRY LABORATORY ASSISTANCE - ABL-90424, REQUEST FOR QUOTE (PRESOL)
SOL: ABL-90424
POC: Heather M Mahle, 907-789-6021, E-MAIL: heather.mahle@noaa.gov
POP: Department of Commerce (DOC),
National Oceanic & Atmospheric Administration (NOAA), National Marine
Fisheries Service (NMFS), Alaska Fisheries Science Center, Auke Bay
Laboratories, Juneau, Alaska 99081, WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/DOC/NOAA/NMFSMA/ABL-90424/listing.html
NAICS: 541990. Completed Request for Quotation package/Responses can be faxed to
907-789-6004 or emailed to Heather.Mahle@noaa.gov. ACTION CODE; C -
COMBINED SYNOPSIS/SOLICITATION FSC CODE: B529 SCIENTIFIC DATA NAICS CODE:
541990 SCIENTIFIC SERVICES REPONSE DATE: 08/04/2009 This is a combined
synopsis/solicitation for services in which the government intends to
acquire in accordance with FAR Part 13, Simplified Acquisitions Procedures.
Department of Commerce (DOC), National Oceanic & Atmospheric Administration
(NOAA), National Marine Fisheries Service (NMFS), Alaska Fisheries Science
Center, Auke Bay Laboratories has a requirement for chemistry laboratory
assistance for analysis of petroleum hydrocarbons in marine samples. See
attached statement of work for complete description of services. All
interested concerns must submit a quotation and documentation demonstrating
the qualifications to provide services as described above within fifteen
(15) days of the publication date of this notice. This announcement
constitutes the only solicitation, quotations are being requested and a
written solicitation will not be issued. A firm-fixed order will be issued
for a period of performance is from September 2009 through May 2010. All
responses must be in writing and delivery to fax number 907-789-6004 or by
email at Heather.Mahle@noaa.gov on indicated response date in the RFQ. This
is a simplified acquisition with an estimated value of less than
$100,000.00. The following provisions and clauses shall apply to this
solicitation and resultant award. The provisions and clauses may be
downloaded at http://www.acqnet.gov/far Wage Determination # ASBE0097-002,
Hazardous Material Handler. 1. 33.215 {33.215} Contract clause 2. 52.204-7
CENTRAL CONTRACTOR REGISTRATION (JULY 2006) 3. 52.204-8 ANNUAL
REPRESENTATIONS AND CERTIFICATIONS (JAN 2006) 4. 52.214-34 SUBMISSION OF
OFFERS IN THE ENGLISH LANGUAGE (APR 1991) 5. 52.214-35 SUBMISSION OF OFFERS
IN U.S. CURRENCY (APR 1991) 6. 52.222-3 CONVICT LABOR (JUN 2003) 7.
52.222-50 COMBATING TRAFFICKING IN PERSONS (AUG 2007) 8. 52.223-6 DRUG-FREE
WORKPLACE (MAY 2001) 9. 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES
(FEB 2006) 10. 52.227-14 RIGHTS IN DATA--GENERAL (DEC 2007) 11. 52.232-1
PAYMENTS (APR 1984) 12. 52.232-8 DISCOUNTS FOR PROMPT PAYMENT (FEB 2002)
13. 52.232-11 EXTRAS (APR 1984) 14. 52.232-23 ASSIGNMENT OF CLAIMS (JAN
1986) 15. 52.232-25 PROMPT PAYMENT (OCT 2003) 16. 52.232-33 PAYMENT BY
ELECTRONIC FUNDS TRANSFER--CENTRAL CONTRACTOR REGISTRATION (OCT 2003) 17.
52.232-34 PAYMENT BY ELECTRONIC FUNDS TRANSFER--OTHER THAN CENTRAL
CONTRACTOR REGISTRATION (MAY 1999) 18. 52.233-3 PROTEST AFTER AWARD (AUG
1996) 19. 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004)
20. 52.243-1 CHANGES--FIXED-PRICE (AUG 1987) 21. 52.249-1 TERMINATION FOR
CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) (SHORT FORM) (APR 1984) 22.
52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (SEP 2007)
23. 52.213-4 TERMS AND CONDITIONS--SIMPLIFIED ACQUISITIONS (OTHER THAN
COMMERCIAL ITEMS) (FEB 2008) 24. 52.219-1 SMALL BUSINESS PROGRAM
REPRESENTATIONS (MAY 2004) 25. 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM
REPRESENTATION (JUN 2007) 26. 1352.239-73 SECURITY REQUIREMENTS FOR
INFORMATION TECHNOLOGY RESOURCES (DEC 2006) 27. 52.252-2 CLAUSES
INCORPORATED BY REFERENCE (FEB 1998) ***The Western Regional Acquisition
Division, requires that all contractors doing business with this
Acquisition Office be registered with the Central Contractor Registry (CCR)
as of October 1, 2003. After this date, NO award can be made unless the
vender is registered in CCR. For additional information and to register in
CCR please access the following web site: http://www.ccr.gov. In order to
register with the CCR and to be eligible to receive an award from this
acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun
& Bradstreet number may be acquired free of charge by contacting Dun &
Bradstreet on-line at www.dnb.com/eupdate or by phone at (800) 333-0505.
All contractors are also required to complete online Representations and
Certifications at HTTP://ORCA.BPN.GOV.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=bc426c4b8e7219c03b108188dd19fe2e&tab=core&_cview=0
Posted: 07/20/09
SPONSOR: Department of Commerce, National Oceanic and Atmospheric
Administration (NOAA), National Marine Fisheries Science Center,
166 Water Street, Woods Hole, MA 02543-1026
PUBLICATION DATE: July 22, 2009
ISSUE: FBO-2795
RECOVERY--F--MODIFICATION FOR RECEIPT AND DISPOSAL OF 11(E)2 STREAM WASTE
MATERIALS GENERATED PRIOR TO NOVEMBER 8, 1978 FROM MAYWOOD FUSRAP SITE,
MAYWOOD, NEW JERSEY (AWARD)
SOL: DACW41-99-D-9008-003801
DUE: 072109
POC: Janice Quilty, 816-389-3826, E-MAIL: janice.m.quilty@usace.army.mil
CNT DACW41-99-D-9008-003801 AMT
1,872,435.50 LINE 0002 DTD 072409 TO: US Ecology Idaho, Inc., 20400
Lemley Road, Grand View, ID 83624. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/USA/COE/DACA41/DACW41-99-D-9008-003801/listing.html
NAICS: 562211. This contract action was
accomplished using other than competitive procedures because this is an
order under an existing contract that was awarded using non-competitive
procedures. MODIFICATION TO AN EXISTING TASK ORDER. The Kansas City
District of the U.S. Army Corps of Engineers intends to issue a task order
modification using American Recovery and Reinvestment Act (ARRA) funds on
contract task order DACW41-99-D-9008-003801 for the Receipt and Disposal of
11(e)2 Stream Waste Materials generated prior to November 8, 1978 from
Maywood FUSRAP Site, Maywood, New Jersey. The task order was awarded to US
Ecology Idaho, Inc. In compliance with the transparency and accountability
requirements associated with the supplemental appropriations provided by
the American Recovery and Re-Investment Act (ARRA) of 2009, Pub.L. 11-5;
the Government posts this award notice of modification to an existing Firm
Fixed Price Contract for Indefinite Delivery/Indefinite Quantity,
Radioactive Waste Disposal for NORM, 11(e)2, Low Activity and RCRA Waste
Streams.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=7374ede5dc5b3ea92155e3d29382efd5&tab=core&_cview=0
Posted: 07/24/09
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: July 26, 2009
ISSUE: FBO-2799
RECOVERY ACTION: CHARACTERIZATION, VERIFICATION, AND TECHNICAL SUPPORT TO
OAK RIDGE OFFICE (ORO) ENVIRONMENTAL MANAGEMENT (EM) IN SUPPORT OF THE
DEFENSE AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009 WORK AT THE Y-12
NATIONAL SECURITY COMPLEX (AWARD)
SOL: DE-AC05-06OR23100
POC: Mary Lou Crow, 865-576-7343, E-MAIL: crowml@oro.doe.gov; Darlene D. Ahlers,
865-576-0757, ahlersdd@oro.doe.gov CNT DE-AC05-06OR23100-Mod070
AMT $1,560,000.00 LINE N/A DTD 071709 TO: ORAU,
100 ORAU Way, Oak Ridge, TN 37830. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/DOE/PAM/HQ/Awards/DE-AC05-06OR23100-Mod070.html
NAICS: 541990. Recovery Action: Numerous facilities
located at the Y-12 National Security Complex have been identified for
legacy material removal and/or decontamination and demolition due to the
condition of the buildings and their continued degradation. The Integrated
Facilities Disposition Project Critical Decision document provides the
available information pertaining to each facilityks physical condition and
extent of contamination. ORAU will provide technical support to the ORO EM
to plan and implement independent technical reviews to streamline the waste
characterization process and provide independent field verification support
as needed. DUNS: 041152224. Rationale for using other than a fixed price
and/or competitive award: A competitive award was not used since starting
the work immediately was imperative and Contract DE-AC05-06OR23100 is a
Cost Plus Award Fee contract in which the independent environmental
assessment and verification work is within the scope of the original
procurement. In addition, the nature of the work requires some flexibility
to accomplish and therefore it would not be feasible to award the effort as
fixed price.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=777a9d3dc018daf36e5cde59471e912c&tab=core&_cview=0
Posted: 07/23/09
SPONSOR: Department of Energy, Federal Locations, All DOE Federal
Contracting Offices, Various locations, 20585
PUBLICATION DATE: July 25, 2009
ISSUE: FBO-2798
REMEDIAL INVESTIGATIONS AT SOUTHEAST LANDFILL (LF-2) AND CHEMICAL DISPOSAL
AREA AT THE FORMER WALKER AIR FORCE BASE, ROSWELL, NEW MEXICO (AWARD)
SOL: W912PP09T0046
POC: Madeline Livermore, 505-342-3240, E-MAIL: madeline.e.livermore@usace.army.mil
CNT W912PP09F0017 AMT 789,668.00 Non-Recovery LINE 0001 DTD 072309 TO: Parsons Infrastructure and
Technology Group, Inc., 100 W. Walnut Street, Pasadena, CA 91124-0001. WEB:
FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA47/Awards/W912PP09F0017.html
NAICS: 562910. Remedial Investigations
at Southeast Landfill (LF-2) and Chemical Disposal Area at the Former
Walker Air Force Base, Roswell, New Mexico.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=efedad9953a62ed64187c2079fe77231&tab=core&_cview=0
Posted: 07/23/09
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, U.S. Army
Engineer District, Albuquerque, CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, NM
87109-3435
PUBLICATION DATE: July 25, 2009
ISSUE: FBO-2798
HAZARDOUS WASTE HANDLING, TRANSPORTATION, AND DISPOSAL SERVICES (AWARD)
SOL: FA8101-09-R-0002
POC: James L. Bartley, 405-339-3434, E-MAIL: james.bartley@tinker.af.mil;
Phyllis A Schmit, 405-734-4248, phyllis.schmit@tinker.af.mil CNT FA8101-09-D-0007
AMT $6,498,540.80 DTD 071509 TO: Dunamis
Environmental Group, LLC, 2644 SE 15th St, Suite A, Oklahoma City, OK
73129.
POP: Tinker AFB, OK 73145. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/USAF/AFMC/OCALCBC/FA8101-09-R-0002/listing.html
NAICS: 562112.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=d73874b51fb407960babf021228a4823&tab=core&_cview=0
Posted: 07/22/09
SPONSOR: Department of the Air Force, Air Force Materiel Command, Tinker
AFB - 72d Contracting Sq, 72 CONS, 7858 5th Street Ste 1, Tinker
AFB, Oklahoma 73145-9106
PUBLICATION DATE: July 24, 2009
ISSUE: FBO-2797
NATIONWIDE COST ENGINEERING SERVICES - SMALL BUSINESS CONCERN (AWARD)
SOL: W912EF-09-D-0008
POC: Brian K. Wing, 509-527-7206, E-MAIL: brian.k.wing@usace.army.mil CNT W912EF-09-D-0003 AMT
2,000,000.00 (per year for a Base Year and 4 Option Years) LINE 0001 DTD
072209. TO: MOCA Systems, Inc., 51 Water Street, Suite 2 Watertown, MA
02472-4602. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/USA/COE/DACA68/Awards/W912EF-09-D-0003.html
NAICS: 541330. WALLA WALLA DISTRICT, CORPS OF ENGINEERS, 201 N Third Street, WALLA
WALLA WA 99362-1876 C -- ARCHITECT-ENGINEERING (A-E) SERVICES FOR
NATIONWIDE COST ENGINEERING SUPPORT FOR THE WALLA WALLA DISTRICT
DIRECTORY/CENTER OF EXPERTISE (DX) PROJECT INFORMATION: The
proposed contract will be used to primarily support the USACE mission in
performing cost engineering services, but may also be used to support other
federal agencies such as the US Department of Energy, Office of
Environmental Management (DOE), the National Nuclear Security
Administration (NNSA), The Environmental Protection Agency (EPA), the
General Services Administration (GSA), Bureau of Reclamation, US Forest
Service, and the Department of Transportation (DOT). Typical projects will
include cost engineering services for environmental restoration, waste
management, decontamination and decommissioning design, regulatory support,
confirmatory sampling, liquid waste site remediation, waste site
remediation, burial ground remediation, deactivation, demolition, site
security, waste operations, surveillance and maintenance, project
management and management controls, miscellaneous restoration, stewardship
preparation, independent closure reviews, operate and close utilities
confirmatory sampling sites, and contingency review and escalation. The
proposed IDC will support USACE mission in performing cost environmental
cleanup, demolition and/or restoration. The magnitude of the task orders
may range from $3,000 to $2 million. The selected A-E firm must be capable
of performing cost estimates for multiple customers with a wide variety of
sites across the nation in a manner that complies with Federal, State and
Local regulations and laws within timeframes required to meet program
objectives. As a minimum requirement, contractor personnel will be required
to obtain Department of Energy badging.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=fe8e53d829b65efa51232b94db20c0d1&tab=core&_cview=0
Posted: 07/22/09
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, U.S. Army
Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
PUBLICATION DATE: July 24, 2009
ISSUE: FBO-2797
Notices for July 13-17, 2009
This update contains summaries of procurement and contract award notices issued between July 13-17, 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 RESTORATION SERVICES FOR MISCELLANEOUS SERVICES INCLUDING
ARCHITECT-ENGINEER (A-E) SERVICES, ENVIRONMENTAL MANAGEMENT CONSULTING
SERVICES, RESTORATION AND REMEDIATION SERVICES - NATIONAL OCEANIC AND
ATMOSPHERIC ADMINISTRATION (NOAA) - AMENDMENT 1 - QUESTIONS AND ANSWERS #2
(MOD)
SOL: NFFKHC30-9-02068PWS
DUE: 080609
POC: Pamela L. Stichweh, 816-426-2067, E-MAIL: pamela.l.stichweh@noaa.gov; Jackie S Smith,
816-426-2068, jacqueline.s.smith@noaa.gov
POP: F/HC3, 1315 East-West Highway, Silver Spring, MD
20910. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/DOC/NOAA/CASC/NFFKHC30-9-02068PWS/listing.html
NAICS: 562910. Questions and Answers #2, Modification to Notice - changes are highlighted.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=6be4a233c6e4e4067e27a9755a9f4d66&tab=core&_cview=0
Posted: 07/17/09
SPONSOR: Department of Commerce, National Oceanic and Atmospheric
Administration (NOAA), Central Region Acquisition Division, 601
East 12th Street, Room 1756, Kansas City, MO 64106
PUBLICATION DATE: July 19, 2009
ISSUE: FBO-2792
UPGRADE THROUGH REPLACEMENT USTS WESTGATE (SRCSGT)
SOL: FA2823-09-R-0020
DUE: 073009
POC: Michael H. DeNamur, 850-882-2474, E-MAIL: michael.denamur@eglin.af.mil;
Mary J. Caputo, 850-882-5628, mary.caputo@eglin.af.mil
POP: 308 West D. Avenue, Suite 130 Building 260, Eglin AFB,
FL 32542-6864. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/FA2823-09-R-0020/listing.html
NAICS: 237120. SOURCES SOUGHT Project Title: UPGRADE THROUGH REPLACEMENT USTs WEST GATE,
EGLIN AFB FL. Eglin AFB FL has a requirement for the Removal of five (5)
10,000 gallon inderground single wall fiberglass petroleum storage tanks
and replace them with two (2) 20,000 gallon and one (1) 10,000 gallon
double wall fiberglass petroleum storage tanks. This project includes but
not limited to the following: work will consist of removing five 10,000
underground fiberglass storage tanks and associated piping, conduit, pumps
and any contaminated soil. All this work shall be done in accordance with
all Local, State of Florida and Federal requirements. Contaminated soil
shall be temporarily stored on site until final quantities are determined.
This work shall be done under Base Bid. Additionally the contractor shall
install two 20,000 gallon and one 10,000 gallon double wall fiberglass
underground fuel tanks. The fuel piping will be reconnected with double
wall fuel piping. Each tank shall be equipped with a submersible pump, tank
level, overfill and interstitial monitoring. All electrical and monitoring
conduits and wiring shall be provided. The tank and piping leak detection
and level monitoring system shall be connected to the existing VEEDER-ROOT
equipment located in the adjacent shopette building. The power wiring
between two electrical utility poles will be temporarily disconnect and
reconnected after installation of fuel tanks. The VEEDER-ROOT system and
the site controller shall be re-programmed after new tank installation. The
above general description of work does not in any way limit the
responsibility of the contractor to perform all work and furnish all labor,
materials, and equipment complete in accordance with the specifications.
The Government anticipates award of a firm-fixed price type contract with a
period of performance 160 calendar days. The North American Industry
Classification System (NAICS) code for this acquisition is 237120, with a
small business standard size of $31 million dollars. THIS SOURCES SOUGHT
SYNOPSIS IS NOT A REQUEST FOR PROPOSAL (RFP), OR AN INVITATION FOR BID. It
is a market research tool being used to determine potential sources prior
to determining the method of acquisition and issuance of a Request for
Proposal (RFP). Interested sources are invited to submit statement of
current capability to provide electrical and other electrical wiring
installation work. Interested and qualified sources are also requested to
provide the following information: (1) Company name, point of contact,
e-mail address, telephone, and facsimile numbers, type and business size
indicating whether you are a small or large business for the purposes of
the assigned NAICS; (2) A list of your most relevant and recent
construction projects for the same or similar requirement; (3) Information
telling us about your company and why you can perform this requirement.
Limit your response to a maximum of two (2) pages. In order to be
considered in this market survey, responses are required not later than
2:00 p.m., Central Standard Time on 30 July 2009. Submissions can be faxed
to ATTN: Mike DeNamur, Contract Specialist, 96 CONS/PKAB at (850) 882-9442,
or e-mail to: michael.denamur@eglin.af.mil, alternate point of contact is
Mary Caputo, Contracting Officer: mary.caputo@eglin.af.mil.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=361ce5509254f851bb8c7e86ae11af52&tab=core&_cview=0
Posted: 07/13/09
SPONSOR: Department of the Air Force, Air Force Materiel Command, 96th
Contracting Squadron (Eglin AFB), 308 W D Avenue, Bldg 260, Suite
130, Eglin AFB, FL 32542-5418
PUBLICATION DATE: July 15, 2009
ISSUE: FBO-2788
REMOVAL AND DISPOSAL OF ASBESTOS-CONTAINING MATERIALS - AMENDMENT 1 (MOD)
SOL: ABL-90382(B)
DUE: 072809
POC: Heather M Mahle, 907-789-6021, E-MAIL: heather.mahle@noaa.gov POP:
Department of Commerce (DOC), National Oceanic & Atmospheric
Administration (NOAA), National Marine Fisheries Service (NMFS), Alaska
Fisheries Science Center, Auke Bay Laboratories, Auke Bay Marine Station,
Juneau, Alaska 99801. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/DOC/NOAA/NMFSMA/ABL-90382(B)/listing.html
NAICS: 562910. Amendment 01 to this solicitation Has been posted on the FBO page.
Please note that the changes are listed under "Duties" in the Statement of Work.
The quotes for this Job should
include all chages as listed in this Amendment 01.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=7a3da87f60138eb6c82a774000be939c&tab=core&_cview=0
Posted: 07/13/09
SPONSOR: Department of Commerce, National Oceanic and Atmospheric
Administration (NOAA), National Marine Fisheries Science Center,
166 Water Street, Woods Hole, MA 02543-1026
PUBLICATION DATE: July 15, 2009
ISSUE: FBO-2788
INTEGRATED SOURCE MANAGEMENT PORTFOLIO (ISMP) PROJECT (PRESOL)
SOL: 41-09-008
DUE: 090109
POC: Adelis M. Rodriguez, 301-492-3623, E-MAIL: adelis.rodriguez@nrc.gov POP:
NRC HQ, Rockville, MD 20866. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/NRC/OA/DCPM/41-09-008/listing.html
NAICS: 541519. The NRC is
responsible for ensuring adequate safety and security for radioactive
materials, including transactions involving radioactive materials, and the
materials licensing process. This project directly supports these goals by
providing a secure and effective set of automated tools to house and
maintain information on licensees, nationally tracked sources possessed by
licensees, and licensee transactions. The NRC seeks contractor support for
the planning, acquisition, system certification, development, deployment,
hosting, and maintenance of NRC's Integrated Source Management Portfolio
(ISMP) project. The portfolio consists of three systems, two that are in
the planning stages the License Verification System (LVS) and the Web Based
Licensing (WBL) System; and one system already in operation the National
Source Tracking System (NSTS). Within the U.S. Nuclear Regulatory
Commission (NRC), the Office of Federal and State Materials and
Environmental Management Programs (FSME) develops, implements and oversees
the regulatory framework for industrial, commercial, and medical uses of
radioactive materials, uranium recovery activities, and the decommissioning
of previously operating nuclear facilities and power plants. In addition,
FSME conducts extensive environmental assessments in Support of these
regulatory functions. Our regulatory work is done in a manner that protects
public health and safety, provides for the common defense and security, and
protects the environment. We implement these regulatory programs in
coordination with our partners at other Federal agencies, the States, the
NRC Regions, and Tribal governments. The events of September 11, 2001
heightened the nation's concern regarding the use of radioactive materials
for a malevolent act. The potential for such an attack has been of
particular concern because of the widespread use of radioactive materials
(often contained in sealed sources) in the United States and abroad by
industry, hospitals, and academic institutions. A major impetus for this
project is the need to control nuclear materials that could be used in a
radiological dispersal device (RDD) or "dirty bomb" - a conventional
explosive that carries nuclear materials and releases them on detonation.
The NRC has been proactively working on material "real time" tracking
capability since 2005. In late 2006 and early 2007, the Government
Accountability Office (GAO) conducted a test on the Nuclear Regulatory
Commission's controls governing the issuance of licenses for possessing
certain types of radioactive materials and for enforcing possession limits
on the quantities of those materials. Subsequently, GAO reported that they
were able to obtain radioactive materials licenses for two fabricated
companies, modify the licenses to raise the possession limits, and utilize
the augmented licenses to receive quotes for purchasing radioactive
materials from legitimate licensees. At a July 12, 2007 Senate Committee on
Homeland Security and Governmental Affairs Permanent Subcommittee on
Investigations (PSI) hearing following GAO's report, it was suggested that
the NRC should consider establishing a web-based licensing (verification)
system that would allow suppliers to validate purchaser licenses and the
authorized quantity that a purchaser could obtain. Former NRC Commissioner,
Edward McGaffigan Jr., stated that information technology (IT) is one area
in which NRC should improve to prevent fraudulent radioactive material
license claims and alteration of possession limits. GAO, NRC, and Congress
deemed this as a necessary and urgent IT initiative to protect the nation
from the threat of malevolent use of nuclear materials. In an effort to
better track radioactive materials, the Nuclear Regulatory Commission
developed a comprehensive Action Plan outlining a number of specific steps
to address the concerns raised by the GAO report and in the Senate
Committee hearing. This plan consists of a portfolio of automated tools for
credential tracking (license and certificate), inspection tracking, item
tracking (devices and sources), event tracking, license verification, and
financial interfacing. Initial development efforts that are included in the
portfolio were - (1) the National Source Tracking System (NSTS), (2) the
Web-Based Licensing (WBL), system and (3) the License Verification System
(LVS). NSTS is currently in the final stages of development. A description
of each system is provided below. National Source Tracking System (NSTS)
The National Source Tracking System (NSTS), which has been under
development since 2003, is a tracking system for the transfer of
responsibility of sealed sources of radioactive materials. This tracking
spans the life cycle of the source from manufacture through shipment
receipt, decay, and burial. It supports controlled authorizations and
accountability for licensed suppliers and licensed recipients of sealed
sources. The successful implementation of NSTS will satisfy NRC's
commitment to Congress to develop source tracking regulations as envisioned
in the International Atomic Energy Agency's Code of Conduct in 2004. NSTS
was given authority to operate (ATO) in December 2008. NSTS is a Level 4
system has a "High" security categorization. Web-Based Licensing System
(WBL) The Web-Based Licensing System (WBL) is envisioned as a NRC material
licensing system for managing licensing information for businesses using
radioactive materials. The NRC web-based licensing system includes the
licensing life cycle from initial application, license issuance, amendment,
reporting, and de-licensing. Designed to maintain information on NRC
material licensees, it is planned to support an interface for inclusion of
licensing information from 36 Agreement States which support and manage
their own material licenses. In addition, this requirement entails
developing a web-based interface for materials Licensees; and replacing
while improving upon the functionality currently embodied in several of the
NRC's legacy systems; namely, the License Tracking System (LTS), the
Inspection Planning System (IPS), Reciprocity Tracking System (RTS), and
Transportation Approval Package Information System, (TAPIS). WBL is a Level
3 system and has a "Moderate" security categorization. License Verification
System (LVS) The License Verification System (LVS) is envisioned as a
"national verification system" that would access NRC and Agreement State
licensee information and be used for purposes of detecting and preventing
unauthorized parties with malicious intent from obtaining nuclear
materials. The LVS is planned to be an integrated service that shall broker
information stored in WBL and NSTS to provide the validations to ensure
that (a) a license is valid and accurate; (b) a licensee is authorized for
acquiring quantities and types of radioactive materials; and (c) the
current levels of licensee inventory tracked sources is within the
possession limits. The LVS will be designed to handle request transactions
for validation functions. It shall work in much the same way as the
approval process for a credit card purchase. When a merchant checks to
verify a credit card the only information returned is whether or not the
transaction is approved. LVS will take in the validation request and,
through examination of information available from both NSTS and WBL, will
provide a response indicating whether or not a license is valid and a
pending purchase is within the bounds of the possession limits and
inventory. LVS is a Level 3 system that has a "Moderate" security
categorization. Under this requirement, the contractor shall perform
development, testing, training, and deployment of the LVS and WBL systems;
and Maintenance and Operational (M&O) support, user support, and hosting of
LVS, WBL, and NSTS. The contractor shall comply with all Federal
Information Security Management Act (FISMA) guidance for Level 4
authentication. The facility shall provide general hosting and operational
support for a system requiring High confidentiality, High integrity, and
High Availability. All hardware and software shall comply with Federal
Information Processing Standard (FIPS) 140 2. The hosting infrastructure
shall include at least two geographically disparate sites to provide
remediation from emergencies. The system shall employ a multi-tiered web
architecture with levels of redundancy to ensure automatic failover. It is
anticipated that the contract will be a labor hour type contract. The
period of performance of the resultant contract will be 10 years (one base
period of 4 years and three additional two-year optional periods. The
Request for Proposal (RFP) will be available on or about July 31, 2009 and
will be distributed solely through the FedBizOpps website,
http://www.fedbizopps.gov. The FedBizOpps website provides downloading
instructions. All future information about this acquisition, including
solicitation amendments will also be distributed solely through the
FedBizOpps website. Hard copies of the solicitation document and its
related documents, as appropriate, will not be available. Because this
solicitation and its related documents, as appropriate, will be posted at
this website, interested parties are instructed NOT to send letters or
e-mails or faxes requesting the RFP. Telephoned, e-mailed, or faxed
requests for the RFP will not be accepted. Interested parties are
responsible for monitoring the FedBizOpps website to assure that they have
the most up-to-date information about this acquisition. The Government will
not reimburse interested parties for any cost associated with responding to
this business opportunity. This solicitation is expected to be under NAICS
code 541519. Proposals for this requirement may be submitted by all
concerns, i.e., large businesses, small businesses, and small businesses
owned and controlled by socially and economically disadvantaged
individuals.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=71ec25704e2f80fec0f80576776844c9&tab=core&_cview=0
Posted: 07/17/09
SPONSOR: Nuclear Regulatory Commission, Office of Administration, Division
of Contracts, 12300 Twinbrook Parkway, Rockville, MD 20852-2738
PUBLICATION DATE: July 19, 2009
ISSUE: FBO-2792
SOURCES SOUGHT FOR INDEFINITE DELIVERY INDEFINITE QUANITY (IDIQ) FOR DATA
MANAGEMENT, REVIEW AND VALIDATION SERVICES (SRCSGT)
SOL: W912QR-09-VALIDATION
DUE: 080309
POC: Brenna A. Finkbeiner, 502-315-6182, E-MAIL: brenna.a.finkbeiner@usace.army.mil
POP: US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place,
Room 821, Louisville KY 40202-2230. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-09-VALIDATION/listing.html
NAICS: 541620. A Market Survey is being
conducted to determine if there are interested and qualified Small
Business, HUBZone small business, 8(a) small business, or Service Disabled
Veteran Owned small business contractors for the following proposed
project: Indefinite Delivery Indefinite Quantity (IDIQ) contract for labor,
personnel, supplies and equipment necessary to provide automated and manual
data review of hard and electronic data deliverables, development and use
of project libraries for quality control and review, level IV data package
review and manual data validation, validation reports, and general data
management. Services will be for projects and sites nationwide, at the
contract laboratory. Estimated date of advertisement is 15 September 2009.
Estimated Award date is 23 January 2010. Contract duration is estimated to
be one year with four option years for a total of five years and with an
estimated cost range between $1,000,000 and $5,000,000, the current target
ceiling for this contract is close to $1,000,000. NAICS is 541620. Size
limitation is $6.5M. All interested Small Business, HUBZone small business,
8(a) small business, or Service Disabled Veteran Owned small business
contractors should notify this office in writing on or before 3 August
2009, 2:00 PM Eastern Standard Time. Responses should include: (1)
Identification as a Small Business or verification of the company by the
Small Business Administration, as either a certified HUBZone, certified
8(a), or Service Disabled Veteran Owned Business, (2) The level of
performance and payment bonding capacity that the company could attain for
the proposed project, (3) Past Experience as a prime contractor Contractors
must be NELAP Accredited and have or will soon have accreditation for DoD
Quality Systems Manual (QSM). Provide descriptions of your firms past
experience on projects with environmental analysis of water and soil, and
those projects completed within the last 3 years which are similar to this
project in size, scope, and dollar value. Projects considered similar in
scope to this project include: Other DoD contracts, environmental soil and
water analysis using SW 846, experience with automated data review
software, electronic data deliverables, project libraries for quality
control and review, level IV data package review and manual data
validation, validation reports, and general data management. Experience
with general water quality analysis or experience with HTRW or special and
emerging contaminant analyses will be a benefit. Projects similar in size
will include: Small single sample analyses up to large quantity. Please
provide analysis/instrument capacities. Projects of similar dollar value
will include: $200-$500K. Based on definitions above, for each project
submitted include: (a) customer, (b) scope of the project, (c) size of the
project, (d) dollar value of the project, (e) the portion and percentage of
work that was self-performed. Send responses to the U.S. Army Corps of
Engineers, Louisville District, 600 Dr. Martin Luther King Jr. Place, Room
821, ATTN: Brenna Finkbeiner or by email to
brenna.a.finkbeiner@usace.army.mil. This is NOT a request for proposal and
does not constitute any commitment by the Government. Responses to this
sources sought notice will be used by the Government to make appropriate
acquisition decisions. All interested sources must respond to future
solicitation announcements separately for responses to this market survey.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=8a7eafa03eed47ba00c4a5d5c1242d4f&tab=core&_cview=0
Posted: 07/17/09
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, U.S. Army
Engineer District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821,
Louisville, KY 40202-2230
PUBLICATION DATE: July 19, 2009
ISSUE: FBO-2792
SOURCES SOUGHT FOR INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) FOR
LABORATORY SERVICES (SRCSGT)
SOL: W912QR-09-LABORATORY
DUE: 080309
POC: Brenna A. Finkbeiner, 502-315-6182, E-MAIL: brenna.a.finkbeiner@usace.army.mil
POP: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr.
Place, Room 821, Louisville KY 40202-2230. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-09-LABORATORY/listing.html
NAICS: 541380. A Market Survey is being
conducted to determine if there are interested and qualified Small
Business, HUBZone small business, 8(a) small business, or Service Disabled
Veteran Owned small business contractors for the following proposed
project: Indefinite Delivery Indefinite Quantity (IDIQ) contract for timely
analysis and reporting of results from laboratory services for
environmental projects. Contractor will provide labor, personnel, supplies
and equipment necessary to conduct laboratory quality assurance through
sample analysis. Services will be for projects and sites nationwide, at the
contract laboratory. Estimated date of advertisement is 15 September 2009.
Estimated Award date is 23 January 2010. Contract duration is estimated to
be one year with four option years for a total of five years and with an
estimated cost range between $1,000,000 and $5,000,000, the current target
ceiling for this contract is closer to $1,000,000. NAICS is 541380. Size
limitation is $11M. All interested Small Business, HUBZone small business,
8(a) small business, or Service Disabled Veteran Owned small business
contractors should notify this office in writing on or before 3 August
2009, 2:00 PM Eastern Standard Time. Responses should include: (1)
Identification as a Small Business or verification of the company by the
Small Business Administration, as either a certified HUBZone, certified
8(a), or Service Disabled Veteran Owned Business, (2) The level of
performance and payment bonding capacity that the company could attain for
the proposed project, (3) Past Experience as a prime contractor Contractors
must be NELAP Accredited and have or will soon have accreditation for DoD
Quality Systems Manual (QSM). Provide descriptions of your firms past
experience on projects with environmental analysis of water and soil, and
those projects completed within the last 3 years which are similar to this
project in size, scope, and dollar value. Projects considered similar in
scope to this project include: Other DoD contracts, environmental soil or
water HTRW, explosives, energetics and analysis. Experience with general
water quality analysis and special and emerging contaminant analyses will
be a benefit. Low level analysis capabilities may be required for some
parameters. Projects similar in size will include: Small single sample
analyses up to large quantity. Please provide analysis/instrument
capacities. Projects of similar dollar value will include: $20-$500K. Based
on definitions above, for each project submitted include: (a) customer, (b)
scope of the project, (c) size of the project, (d) dollar value of the
project, (e) the portion and percentage of work that was self-performed,
(f) regulated project limits met/not met. Send responses to the U.S. Army
Corps of Engineers, Louisville District, 600 Dr. Martin Luther King Jr.
Place, Room 821, ATTN: Brenna Finkbeiner or by email to
brenna.a.finkbeiner@usace.army.mil. This is NOT a request for proposal and
does not constitute any commitment by the Government. Responses to this
sources sought notice will be used by the Government to make appropriate
acquisition decisions. All interested sources must respond to future
solicitation announcements separately for responses to this market survey.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=cb0714ba6fd70a528a970c4c9edfaf96&tab=core&_cview=0
Posted: 07/17/09
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, U.S. Army
Engineer District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821,
Louisville, KY 40202-2230
PUBLICATION DATE: July 19, 2009
ISSUE: FBO-2792
SOURCES SOUGHT FOR INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) FOR WATER
QUALITY LABORATORY SERVICES (SRCSGT)
SOL: W912QR-09-WATERQUALITY
DUE: 080309
POC: Brenna A. Finkbeiner, 502-315-6182, E-MAIL: brenna.a.finkbeiner@usace.army.mil
POP: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr.
Place, Room 821, Louisville KY 40202-2230. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-09-WATERQUALITY/listing.html
NAICS: 541380. A Market Survey is being
conducted to determine if there are interested and qualified Small
Business, HUBZone small business, 8(a) small business, or Service Disabled
Veteran Owned small business contractors for the following proposed
project: Indefinite Delivery Indefinite Quantity (IDIQ) contract for timely
analysis and reporting of results from laboratory services for
environmental projects. Contractor will provide labor, personnel, supplies
and equipment necessary to conduct laboratory quality assurance through
sample analysis. Services will be for projects and sites nationwide, at the
contract laboratory. Estimated date of advertisement is 15 September 2009.
Estimated Award date is 23 January 2010. Contract duration is estimated to
be one year with four option years for a total of five years and with an
estimated cost range between $1,000,000 and $5,000,000, the current target
ceiling for this contract is closer to $5,000,000. NAICS is 541380. Size
limitation is $11M. All interested Small Business, HUBZone small business,
8(a) small business, or Service Disabled Veteran Owned small business
contractors should notify this office in writing on or before 3 August
2009, 2:00 PM Eastern Standard Time. Responses should include: (1)
Identification as a Small Business or verification of the company by the
Small Business Administration, as either a certified HUBZone, certified
8(a), or Service Disabled Veteran Owned Business, (2) The level of
performance and payment bonding capacity that the company could attain for
the proposed project, (3) Past Experience as a prime contractor Contractors
must be NELAP Accredited and have or will soon have accreditation for DoD
Quality Systems Manual (QSM). Provide descriptions of your firms past
experience on projects with environmental analysis of water and soil, and
those projects completed within the last 3 years which are similar to this
project in size, scope, and dollar value. Projects considered similar in
scope to this project include: Other DoD contracts, environmental soil or
water HTRW analysis. Also include experience with explosives and energetics
analysis, and benefit special and emerging contaminant analyses. Projects
similar in size will include: Small single sample analyses up to large
quantity. Please provide analysis/instrument capacities. Projects of
similar dollar value will include: $20-$500K. Based on definitions above,
for each project submitted include: (a) customer, (b) scope of the project,
(c) size of the project, (d) dollar value of the project, (e) the portion
and percentage of work that was self-performed, (f) regulated project
limits met/not met. Send responses to the U.S. Army Corps of Engineers,
Louisville District, 600 Dr. Martin Luther King Jr. Place, Room 821, ATTN:
Brenna Finkbeiner or by email to brenna.a.finkbeiner@usace.army.mil. This
is NOT a request for proposal and does not constitute any commitment by the
Government. Responses to this sources sought notice will be used by the
Government to make appropriate acquisition decisions. All interested
sources must respond to future solicitation announcements separately for
responses to this market survey.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=c7c97f078c2414a1d0081bcccf9f4dfa&tab=core&_cview=0
Posted: 07/17/09
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, U.S. Army
Engineer District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821,
Louisville, KY 40202-2230
PUBLICATION DATE: July 19, 2009
ISSUE: FBO-2792
REMEDIATE LEAD AND ASBESTOS-BEARING MATERIALS AND DEMOLISH STRUCTURES AT
OLYMPIC NATIONAL PARK (PRESOL)
SOL: Q9500090051
POC: Rodney Roberson, Contracting Officer, 360-565-3024, E-MAIL: rod_roberson@nps.gov
POP: Olympic National Park, Washington 98362. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q9500090051/listing.html
The purpose of this announcement is to provide notice that the National Park
Service will release solicitation number Q9500090051 on or about 3 August
2009 that will result in a contract to demolish two structures at the
Glines Canyon Dam Site in Olympic National Park and other optional
demolition work in the Lake Crescent Area of the park. Work shall consist
of, but not be limited to (a) removal and disposal in an appropriate
landfill of lead base paint covered siding, window casings, and trim,
asbestos-containing flooring, caulking, and other materials; (b) demolition
and disposal in an appropriate landfill of a wood frame residence, a large
shed, and other option items and (c) site cleanup and contouring of
foundation excavations. The contractor shall be responsible for securing
all permits to accomplish this project. Copies of permits and disposal
documentation will be submitted to the NPS. The vendor will be required to
supply documentation of appropriate certification of all workers prior to
commencing work. The full scope of the anticipated contract will be
included in the solicitation. The period of performance is 60 days. The
North American Industry Classification System (NAICS) code is 238910 and
the annual size standard is $14 million. An organized site visit and
pre-bid meeting will be scheduled for this project. This action is a 100
percent HUBzone small business set-aside. A firm fixed-price contract will
be awarded to the responsible offeror whose proposal conforms to the
solicitation and is considered most advantageous to the government using
performance-price trade-off procedures of Parts 12 and 13. In order to
receive contract award, a vendor must be registered in the Central
Contractor Registration (CCR) and Online Representations and Certifications
Application (ORCA). To register a firm in the CCR system, visit
http://www.bpn.gov or call 888.227.2423 or 269.961.5757. To register a firm
in the ORCA system, visit http://www.bpn.gov. Interested parties may obtain
an electronic copy of the solicitation document and all attachments by
directly accessing the Interior Department Electronic Acquisition
System-Electronic Commerce (IDEAS-EC) website at www.ideasec.nbc.gov or by
accessing IDEAS-EC through FedBizOpps at http://www.fbo.gov. Potential
offerors are responsible for downloading their own copy of the solicitation
package; no paper copies will be furnished. Follow instructions in
FedBizOpps to register to receive notification of the solicitation posting.
Address any questions regarding this solicitation in writing to the
contracting officer, Mr. Rodney J. Roberson, at rod_roberson@nsps.gov
(email) or 360-565-3018 (fax). Interested parties are urged to check for
amendments. The Government reserves the right to cancel this solicitation.
This announcement does not constitute the solicitation.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=064f1ee6f2cdb4d262cacb1c8fd59fdf&tab=core&_cview=0
Posted: 07/16/09
SPONSOR: Department of the Interior, National Park Service, NPS - All
Offices, PWR - OLYM - Olympic National Park 600 East Park Avenue
Port Angeles WA 98362
PUBLICATION DATE: July 18, 2009
ISSUE: FBO-2791
RECOVERY: GOVERNORS ISLAND NATIONAL MONUMENT, CASTLE WILLIAMS ABATEMENT AND
STRUCTURAL STABILIZATION, NEW YORK COUNTY, NEW YORK, GOIS 152710 & 154316
(PRESOL)
SOL: N2011091517
DUE: 073009
POC: Robin Fuchs, Contract Specialist, 303-969-2841, E-MAIL: robin_fuchs@nps.gov
POP: Governors Island National Monument, Castle Williams Abatement and
Structural Stabilization, New York County, New York, GOIS 152710 &
154316, 10004-1900, WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/DOI/NPS/APC-IS/N2011091517/listing.html
RECOVERY: This project is an American
Recovery and Reinvestment Act (ARRA) action. Receipt of award is contingent
upon the offeror's meeting the requirements of Section 1512 (reports on use
of funds) of the Recovery Act. The National Park Service (NPS), Department
of the Interior (DOI), is soliciting proposals for construction firms
having the capability to perform the work described as follows: Hazardous
Materials Abatement and Stabilization of Castle Williams, Governors Island
National Monument, New York, New York. Solicitation Number N2011091517.
PMIS Number GOIS 152710/154316. The offeror selected shall furnish all
labor, materials, equipment and expertise necessary to perform all
operations required for the successful completion of this project. Work
includes, but is not limited to: Abate hazardous materials, remove health
and safety hazards and repair structural deficiencies to enable the
National Park Service to open Castle Williams, a historic 19th century
redstone fort, to visitors. Hazardous material conditions include a high
concentration of lead paint, various friable asbestos-containing materials,
and PCB light ballasts. This project will remove and properly dispose of
these hazardous materials. Other safety and structural deficiencies to be
remediated under the contract include repairs to unstable and damaged
masonry, reroofing selected areas, concrete patching, and installing
stairway handrails. All work is to an historic building and will require
compliance with New York State Historic Preservation Officer requirements.
This project is set-aside for HUBZone qualified firms only. See the SBA
website at https://eweb1.sba.gov/hubzone/internet concerning qualifying as
a HUBZone firm. A negotiated, firm fixed-price contract will be awarded
requiring submission of both a technical and a price proposal (separately)
and is subject to the provisions of Federal Acquisition Regulations (FAR)
Part 36, Construction and Architect-Engineer Contracts. The government will
consider an offeror's technical capability in comparison to its price. The
NAICS code for this project is 236220 and the small business size standard
is $33.5 million. In accordance with FAR Subpart 36.204, the price range
for this contract is between $1,000,000 and $5,000,000. The contract
duration is 240 calendar days following the notice to proceed. This
solicitation will be issued electronically, on the Department of the
Interior's National Business Center (NBC) website, at
http://ideasec.nbc.gov on or about July 30, 2009. Search by referencing the
solicitation number N2011091517 under the Department of the Interior,
National Park Service. PAPER COPIES OF THIS SOLICITATION WILL NOT BE MADE
AVAILABLE. Individual requests for the solicitation package will NOT be
accepted and can NOT be accommodated. In order to download a copy of the
solicitation, vendors will be asked to register their company with the NBC
website. Be prepared with your company's DUNS number, available from Dun
and Bradstreet at 1-888-546-0024, and your Federal Tax Identification
Number (TIN). Offeror's desiring to conduct business with the government
must also register with the Central Contractor Registry (CCR) at
www.ccr.gov. Proposal documents will be made available for download in one,
or a combination of, the following formats: HTML, Microsoft Word (.doc),
Microsoft Excel (.xls), Adobe Portable Document Format (.pdf), or AutoCAD
(.dwg or.dwf). Free downloads of "reader" software are available for the
latest version of Adobe Acrobat Reader at www.adobe.com, or for the AutoCAD
reader called "Volo View Express" at www.autodesk.com. A pre-proposal site
visit has been scheduled for August 7, 2009 at 9:00 AM EDT for all
interested parties. Note: The last ferry departure from Manhattan which
will arrive in time for the meeting leaves at 8:15 AM. Additional details
regarding this meeting will be provided in the solicitation, once posted,
in Section L, clause 52.236-27 Alt 1, Site Visit (Construction). The point
of contact for this solicitation is Ms. Robin Fuchs, Contract Specialist,
National Park Service, Denver Service Center - Contract Services, 12795 W.
Alameda Parkway, Lakewood, Colorado 80228. Email address is
robin_fuchs@nps.gov and telephone number is (303)969-2841. All responsible
HUBZone businesses may submit a proposal, which if submitted in a timely
manner, will be considered. Responses will be due approximately 30 days
following the issuance of the solicitation. Proposals will be accepted at
the address listed in the solicitation in hard copy with the manual
signature of the authorized company official. Facsimile or electronic
submissions of proposals will NOT be accepted. The Government reserves the
right to cancel this solicitation. This announcement does not constitute
the solicitation. End of Announcement.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=8316e1af84d15765c574eda9b119de2c&tab=core&_cview=0
Posted: 07/15/09
SPONSOR: DSC-CS Contracting Services Division National Park Service, Denver
Service Center12795 W. Alameda Parkway Lakewood CO 80228
PUBLICATION DATE: July 17, 2009
ISSUE: FBO-2790
ENVIRONMENTAL SERVICES (PRESOL)
SOL: W9126G-09-R-0164
DUE: 090109
POC: Linda Eadie, 817/886-1085, E-MAIL: Linda.D.Eadie@swf02.usace.army.mil
POP: US Army Engineer District, Fort
Worth PO Box 17300/819 Taylor Street, Fort Worth TX 76102-0300.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-09-R-0164/listing.html
NAICS: 541620. On or about 31
July 2009, the US Army Corps of Engineers (USACE), Ft Worth District will
advertise a Request For Proposal (RFP) for a nationwide Unrestricted Firm
Fixed Price Multiple Award Task Order Contract (MATOC) for Environmental
Services in support of the Department of Homeland Security (DHS). The
Government intends to award up to three contracts under this MATOC. These
contracts may be used for other environmental services support for military
and civil works and other projects. The North American Industrial
Classification System (NAICS) Code applicable to these projects is 541620,
Environmental Consulting Services. Distribution of the RFP documents will
be made strictly thru the Internet. There will be no printed or compact
disk copies distributed to contractors. Additionally, the Government will
notify contractors of amendments to the RFP by posting them on Federal
Business Opportunity (FedBizOpps) Website. The web site that will display
the above referenced solicitation and all subsequent amendments is
http://www.fbo.gov/. Contractors are responsible for checking the web site
for any posted changes to the solicitation. Offerors must be registered
with Central Contractor Registration (CCR) in order to receive a Government
contract award. The CCR Internet address is: http://www.ccr.gov/. The
resulting contracts will be negotiated and awarded with a base contract
period of one year and up to four option periods, and will have a shared
total contract value of not more than an estimated $22,750,000. The
contracts shall continue as option periods are exercised at the sole
discretion of the Government for a time period not to exceed 5 calendar
years in total, or upon obligation of the total value of the contracts,
whichever occurs first. The minimum guaranteed amount of the base year is
$5,000; there is no minimum guarantee for any subsequent option years. The
estimated minimum award amount per task order is $2,500 and the estimated
maximum award amount per task order is $5 Million. All services required
under this contract shall be described in an individual scope of work which
may include, but not necessarily be limited to, the following types of
tasks: environmental investigation, environmental compliance, environmental
analysis, environmental program management, laboratory testing,
environmental and occupational safety and health compliance audits and
training, environmental assessments, environmental data inventories,
hazardous and regulated waste management, permit applications,
environmental services, ordinance and explosives avoidance, and resource
conservation support under various Department of Defense (DOD) directives
and environmental statutes. Environmental sampling of various media (e.g.,
surface water, sediment, groundwater, surface and subsurface soils, air,
regulated and non-regulated toxic substances) may be conducted to support
requested investigations, inventories, or assessments. Work shall involve
multi-disciplinary environmental services for any of a variety of DHS as
well as Military and Civil entities.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=80d9e5dd8fb30bf03f0152e3ff724e86&tab=core&_cview=0
Posted: 07/15/09
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, U.S. Army
Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
PUBLICATION DATE: July 17, 2009
ISSUE: FBO-2790
ENVIRONMENTAL SERVICES (PRESOL)
SOL: W9126G-09-R-0165
DUE: 090109
POC: Linda Eadie, 817/886-1085, E-MAIL: Linda.D.Eadie@swf02.usace.army.mil
POP: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street,
Fort Worth TX 76102-0300. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-09-R-0165/listing.html
NAICS: 541620. On or about 31
July 2009, the US Army Corps of Engineers (USACE), Ft Worth District will
advertise a Request For Proposal (RFP) for a nationwide 8(a) set-aside Firm
Fixed Price Multiple Award Task Order Contract (MATOC) for Environmental
Services in support of the Department of Homeland Security (DHS). The
Government intends to award up to three contracts under this MATOC. These
contracts may be used for other environmental services support for military
and civil works and other projects. The North American Industrial
Classification System (NAICS) Code applicable to these projects is 541620,
Environmental Consulting Services. Distribution of the RFP documents will
be made strictly thru the Internet. There will be no printed or compact
disk copies distributed to contractors. Additionally, the Government will
notify contractors of amendments to the RFP by posting them on Federal
Business Opportunity (FedBizOpps) Website. The web site that will display
the above referenced solicitation and all subsequent amendments is
http://www.fbo.gov/. Contractors are responsible for checking the web site
for any posted changes to the solicitation. Offerors must be registered
with Central Contractor Registration (CCR) in order to receive a Government
contract award. The CCR Internet address is: http://www.ccr.gov/. The
resulting contract will be negotiated and awarded with a base contract
period of one year and up to four option periods, and shared contract value
of not more than an estimated amount of $22,750,000. The contract shall
continue as option periods are exercised at the sole discretion of the
Government for a time period not to exceed 5 calendar years in total, or
upon obligation of the total value of the contract, whichever occurs first.
The minimum guaranteed amount of the base year is $5,000; there is no
minimum guarantee for any subsequent option years. The estimated minimum
award amount per task order is $2,500 and the estimated maximum award
amount per task order is $2 Million. All services required under this
contract shall be described in an individual scope of work which may
include, but not necessarily be limited to, the following types of tasks:
environmental investigation, environmental compliance, environmental
analysis, environmental program management, laboratory testing,
environmental and occupational safety and health compliance audits and
training, environmental assessments, environmental data inventories,
hazardous and regulated waste management, permit applications,
environmental services, ordinance and explosives avoidance, and resource
conservation support under various Department of Defense (DOD) directives
and environmental statutes. Environmental sampling of various media (e.g.,
surface water, sediment, groundwater, surface and subsurface soils, air,
regulated and non-regulated toxic substances) may be conducted to support
requested investigations, inventories, or assessments. Work shall involve
multi-disciplinary environmental services for any of a variety of DHS as
well as Military and Civil entities.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=8e0f36b00ce43a8f9810a36e533fd4b3&tab=core&_cview=0
Posted: 07/15/09
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, U.S. Army
Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
PUBLICATION DATE: July 17, 2009
ISSUE: FBO-2790
ADVANCE CRUISE MISSILE (ACM) CLASSIFIED DISPOSAL (PRESOL)
SOL: FA8107-09-R-0003
DUE: 083109
POC: Annelda Dade, 405-622-7271, Fax 405-622-7261, E-MAIL: annelda.dade@tinker.af.mil;
Robert Reed, 405-622-7274, Fax 405-622-7267, E-mail: robert.reed@tinker.af.mil. WEB: FBO.gov
Permalink at https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8107-09-R-0003/listing.html
NAICS: 562211. Item: Advance Cruise Missile (ACM) Classified Disposal Sole Source to Clean
Harbor. Description: Duration of Contract Period: Basic and 4(four) year
options Electronic procedure will be used for this solicitation. The
proposed contract action is for a service to support the AdvanceCruise
Missile (ACM) Classified Disposal in which the Government intends to solicit
and negotiate with only One Source under the authority of FAR 6.302.
Solicitation FA8107-09-R-0001, PR FD2030-09-90445G; 327ACSG/PK-Tinker AFB
OK 73145-3032. For additional information contractAnnelda L. Dade, Phone
(405) 622-7271, fax (405) 622-7261 and via e-mailannelda.dade@tinker.af.mil
The approximate issue date of solicitationwill be 29 July
2009/approximate closing date 31 August 2009. A firm fixed price requirement-type
non-commercial contract is contemplatedwith one basic year and 4(four)
one year options. Period of performanceis 02 October 2009 through 01
October 2014. The Contractor must havethe knowledge and capabilities to
provide disposal services for varioustypes of debris generated by the US
Air Force, or other Governmentagencies at Hill Air Force Base or Utah
Lakeside Test and Training Ragecomplex, UTAH. The Contractor must be
knowledgeable of and comply withall applicable Federal, State, and Local
laws, regulations andrequirements regarding environmental protection and to
develop, maintain, and deliver a Hazardous Materials Management Program
(HMMP) report utilizing the Waste Inventory and Tracking System (WITS) used
at Hill Air Force Base. The vendor must have the capability to
process material for disposal in bulk or drum. Facilities and services must
have a demonstrated capability to provide the disposal services that
comply with DLA Demil Code "D" which reads, "MLI (SME) -- Total destruction
of item and components so as to preclude restoration or repair to a
usable condition by melting, cutting, tearing, scratching, crushing,
breaking, punching, neutralizing, etc. (As an alternate, burial or deep
water dumping may be used when approved by the DoD Demilitarization
Program Office.)" Due to the diverse nature of the material being
destroyed, burning at 2000 degrees F is the preferred method of destruction. The
government requires a capability to dispose of 10 to 15 thousand pounds
of classified material per year. Vender must be able to have the
storage capacity for 550,000 gallons or 10,000 individual 55 gallon
plastic drums. Classified materials generated by ACM demil includes
Radar Absorbing Material (RAM) coating, ceramic coating, R-film and
other classified components. The coating is attached to metal with
the following estimated percentages: Aluminum 75%, Stainless Steel
12%, Titanium 9%, and other 4%. The missile engine is not included in
this list of material for demilitarized missiles, but may be included in
the material to be destroyed that is generated from flight tests.
Small amounts of soil remaining from the ground impact may be present on
the debris generated by flight tests. The material will be in various
shapes and sizes of 3 feet by 2 feet or less. This material will be
delivered by government truck or commercial carrier by the US Air Force, or
other government agencies, at Hill Air Force Base or Utah Lakeside Test
and Training Range complex. Prior to the delivery at the disposal site,
the government will remove any unexpended explosive devices and/or
materials such as warheads, squibs and fuel. The contractor shall obtain a
SECRET Facility Clearance IAW the provisions of DoD Manual 5220.22-M.
Any employee(s) shall also have a SECRET security clearance prior
to commencement of any work at the destruction facility. The
contractor's facility must be within eight hour round trip driving distance
of Hill AFB UT and Lakeside Test and Training Range to allow
delivery, destruction and return of the government employees within one
eight-hour shift. Delivery of this material will be planned for the
early morning. This requires the contractor to establish an early
morning schedule for destruction with the process beginning as soon as
possible after the material arrives. Scheduling is a crucial aspect of
this requirement; schedules must be adhered to, allowing disposals to
be completed on day of delivery. IAW FAR 5.207(c)(15)(ii), All responsible
sources may submit acapability statement, proposal, or quotation, which
shall be consideredby the agency.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=ef473436b34a4a3b8f766285bae291a3&tab=core&_cview=0
Posted: 07/15/09
SPONSOR: Department of the Air Force, Air Force Materiel Command, Tinker
OC-ALC - (Central Contracting), Dept. of the Air Force, 3001
Staff Dr., Ste. 2AH 86A; Tinker AFB, OK 73145
PUBLICATION DATE: July 17, 2009
ISSUE: FBO-2790
RECOVERY: TARGETED BROWNFIELDS ASSESSMENTS (TBA) RFO #28 -- KINGMAN, AZ AIRPORT BURN
PIT SITE -- REGION 9 (SNOTE)
SOL: RFO28
POC: Christopher Nolte, E-MAIL: nolte.christopher@epa.gov
POP: The
Kingman Airport & Industrial Park is located five miles north of
Interstate 40, along US Highway 66., Kingman, Arizona. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/EPA/OAM/HQ/RFO28/listing.html
NAICS: 541620. THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS
OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS THAT HAVE BEEN AWARDED EPA TARGETED
BROWNFIELDS ASSESSMENTS (TBA) CONTRACTS. The purpose of this notice to
announce the intention to competitively award a Task Order from the EPA
Targeted Brownfields Assessments (TBA) Contracts Request For Offer #28. The
period of performance will be from August 24, 2009 though February 28,
2010. The Kingman Airport Authority has responsibility for the management
and oversight of the Kingman Airport and Industrial Park, a business
center. Future economic development plans include citing new facilities to
attract and house new businesses in the area. One area of the airport
property, the burn pit site, has been identified as a potential area for
redevelopment. The Kingman Airport Authority is requesting assistance to
complete the needed Phase II work to facilitate cleanup planning,
remediation, then redevelopment to bring high end jobs to the State. The
area of concern, the burn pit area, is approximately 16 acres. Fuel
bladders, debris, and possibly solvents were dumped and burned in the area.
It appears that the surface and subsurface soils have been impacted from
the burning. The horizontal and vertical extent of contamination in the pit
area is not known. It is believed that leaded petroleum fuel may be the
predominant waste. The American Recovery and Reinvestment Act (ARRA)
contains specific acquisition requirements that must be met when using
appropriated funds from the Act, including the need for acquisitions to be
in accordance with the FAR and, to the maximum extent practicable, awarded
as fixed-price (FP) contracts using competitive procedures. However, the
Office of Management and Budget's guidance allows for the use of other than
FP contracts. Although the Agency's Office of Brownfields and Land
Revitalization (OBLR) contracts were not awarded as FP contracts, they were
awarded competitively, and each contract structure was selected to provide
the contractor with the greatest incentive for efficient and economical
performance, given the types of services to be performed. The existing OBLR
contracts have sufficient qualified acquisition personnel to provide
appropriate contract administration and oversight to monitor contract
performance to mitigate the Government's risk. In order to meet the
requirements of the Act in the most prudent business manner within the time
constraints imposed, existing OBLR contracts are the most appropriate
contractual vehicles consistent with Agency plans that promote the goals of
the ARRA. THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY THIS
REQUIREMENT IS TO BE AWARDED TO EXISTING EPA CONTRACTHOLDERS. REQUESTS
AND/OR INQUIRIES WILL NOT BE ANSWERED.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=7f0ee3407336b320a6b0656432aae449&tab=core&_cview=0
Posted: 07/14/09
SPONSOR: Environmental Protection Agency, Office of Acquisition Management,
EPA/Headquarters, 1200 Pennsylvania Avenue, N.W., 3801R, Washington, DC 20460
PUBLICATION DATE: July 16, 2009
ISSUE: FBO-2789
RECOVERY: C--RESIDENTIAL REMEDIAL DESIGN, EUREKA MILLS SUPERFUND SITE,
EUREKA, UTAH (SNOTE)
SOL: W912DQ-06-D-0010
POC: Patricia Overgaard, 402-995-2062, E-MAIL: pat.m.overgaard@usace.army.mil
WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/USA/COE/DACA45/W912DQ-06-D-0010/listing.html
NAICS: 541330. Residential Remedial Design in support of the Remedial Action
to remove lead and arsenic impacted soils located at the Eureka Mills
Superfund Site, Eureka, Utah - This is a modification to a Task Order
written by the Omaha District on Kansas City District Contract -
W912DQ-06-D-0010 - HDR Engineering, Inc. PROVIDED FOR INFORMATIONAL
PURPOSES ONLY. AWARD NOTICE WILL BE POSTED AT TIME OF AWARD.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=7803bb28fe24b4780e30ec73bb9dc6f2&tab=core&_cview=0
Posted: 07/14/09
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, U.S. Army
Engineer District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
PUBLICATION DATE: July 16, 2009
ISSUE: FBO-2789
RECOVERY: LEAKING UNDERGROUND STORAGE TANK (LUST) PROJECT -- OLIVER HILL SITE
MONITORING -- REGION 2 (SNOTE)
SOL: LS-001
POC: Christopher Nolte, E-MAIL: nolte.christopher@epa.gov
POP: Nedrow, New York.
WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/EPA/OAM/HQ/LS-001/listing.html
NAICS: 562910. THIS NOTICE IS
PROVIDED FOR INFORMATION PURPOSES ONLY THIS OPPORTUNITY IS AVAILABLE ONLY
TO THE EXISTING EPA CONTRACT-HOLDER THAT HAS BEEN AWARDED A LEAKING
UNDERGROUND STORAGE TANK (LUST) REMEDIATION IN INDIAN COUNTRY CONTRACT The
purpose of this notice to announce the intention of EPA to obligate funding
for the Oliver Hill LUST site monitoring project on the Onondaga National
Indian Reservation in Nedrow, New York. The period of performance of this
work is from July 10, 2009 to September 28, 2011. This work will review
previous site monitoring recommendations, evaluate other potential remedial
methods and undertake continued biannual monitoring. The American Recovery
and Reinvestment Act (ARRA) contains specific acquisition requirements that
must be met when using appropriated funds from the Act, including the need
for acquisitions to be in accordance with the FAR and, to the maximum
extent practicable, awarded as fixed-price (FP) contracts using competitive
procedures. However, the Office of Management and Budget's guidance allows
for the use of other than FP contracts. Although the Agency's Office of
Underground Storage Tank (OUST) contracts were not awarded as FP contracts,
each contract structure was selected to provide the contractor with the
greatest incentive for efficient and economical performance, given the
types of services to be performed. The existing OUST contracts have
sufficient qualified acquisition personnel to provide appropriate contract
administration and oversight to monitor contract performance to mitigate
the Government's risk. In order to meet the requirements of the Act in the
most prudent business manner within the time constraints imposed, existing
OUST contracts are the most appropriate contractual vehicles consistent
with Agency plans that promote the goals of the ARRA. THIS NOTICE IS
PROVIDED FOR INFORMATION PURPOSES ONLY THIS REQUIREMENT IS TO BE AWARDED TO
AN EXISTING EPA CONTRACT-HOLDER. REQUESTS AND/OR INQUIRIES WILL NOT BE
ANSWERED.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=5c3050f6973f5f2256f2b4a160d7c7e5&tab=core&_cview=0
Posted: 07/17/09
SPONSOR: Environmental Protection Agency, Office of Acquisition Management,
EPA/Headquarters, 1200 Pennsylvania Avenue, N.W., 3801R,
Washington, DC 20460
PUBLICATION DATE: July 19, 2009
ISSUE: FBO-2792
RECOVERY: LEAKING UNDERGROUND STORAGE TANK (LUST) PROJECT -- BOVEY OIL SITE CLOSURE
-- REGION 10 (SNOTE)
SOL: LS-002
POC Christopher Nolte, E-MAIL: nolte.christopher@epa.gov
POP: 13 West Main
Street, Craigmont, Idaho. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/EPA/OAM/HQ/LS-002/listing.html
NAICS: 562910. THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY THIS OPPORTUNITY IS AVAILABLE ONLY
TO THE EXISTING EPA CONTRACT-HOLDER THAT HAS BEEN AWARDED A LEAKING
UNDERGROUND STORAGE TANK (LUST) REMEDIATION IN INDIAN COUNTRY CONTRACT The
purpose of this notice to announce the intention of EPA to obligate funding
for the Bovey Oil Site Closure on the Nez Perce Reservation in Craigmont,
Idaho. The period of performance of this work is from July 20, 2009 to
September 28, 2011. This work is to finalize and implement the Bovey Oil
site closure plan and the landfarm operations and management plan, and to
perform all work activities necessary to render the site closed with a no
further action (NFA) determination, not including any long-term monitoring
that may be necessary. The American Recovery and Reinvestment Act (ARRA)
contains specific acquisition requirements that must be met when using
appropriated funds from the Act, including the need for acquisitions to be
in accordance with the FAR and, to the maximum extent practicable, awarded
as fixed-price (FP) contracts using competitive procedures. However, the
Office of Management and Budget's guidance allows for the use of other than
FP contracts. Although the Agency's Office of Underground Storage Tank
(OUST) contracts were not awarded as FP contracts, each contract structure
was selected to provide the contractor with the greatest incentive for
efficient and economical performance, given the types of services to be
performed. The existing OUST contracts have sufficient qualified
acquisition personnel to provide appropriate contract administration and
oversight to monitor contract performance to mitigate the Government's
risk. In order to meet the requirements of the Act in the most prudent
business manner within the time constraints imposed, existing OUST
contracts are the most appropriate contractual vehicles consistent with
Agency plans that promote the goals of the ARRA. THIS NOTICE IS PROVIDED
FOR INFORMATION PURPOSES ONLY THIS REQUIREMENT IS TO BE AWARDED TO AN
EXISTING EPA CONTRACTHOLDER. REQUESTS AND/OR INQUIRIES WILL NOT BE
ANSWERED.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=206935571789939911ca6199704c9bde&tab=core&_cview=0
Posted: 07/17/09
SPONSOR: Environmental Protection Agency, Office of Acquisition Management,
EPA/Headquarters, 1200 Pennsylvania Avenue, N.W., 3801R,
Washington, DC 20460
PUBLICATION DATE: July 19, 2009
ISSUE: FBO-2792
RECOVERY: LEAKING UNDERGROUND STORAGE TANK (LUST) PROJECT -- FERDINAND GAS STATION
SITE ASSESSMENT AND CLOSURE -- REGION 10 (SNOTE)
SOL: LS-004
POC: Christopher Nolte, E-MAIL: nolte.christopher@epa.gov
POP: Ferdinand, Idaho.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/EPA/OAM/HQ/LS-004/listing.html
NAICS: 562910. THIS NOTICE IS
PROVIDED FOR INFORMATION PURPOSES ONLY THIS OPPORTUNITY IS AVAILABLE ONLY
TO THE EXISTING EPA CONTRACT-HOLDER THAT HAS BEEN AWARDED A LEAKING
UNDERGROUND STORAGE TANK (LUST) REMEDIATION IN INDIAN COUNTRY CONTRACT The
purpose of this notice to announce the intention of EPA to obligate funding
for the Ferdinand Site Assessment and Closure on the Nez Perce Reservation
in Ferdinand, Idaho. The period of performance of this work is from July
20, 2009 to September 28, 2011. This work is for the contractor to perform
a follow-up site assessment at the Ferdinand site and perform all
activities necessary to render this Leaking Underground Storage Tank (LUST)
site closed; if possible. The American Recovery and Reinvestment Act (ARRA)
contains specific acquisition requirements that must be met when using
appropriated funds from the Act, including the need for acquisitions to be
in accordance with the FAR and, to the maximum extent practicable, awarded
as fixed-price (FP) contracts using competitive procedures. However, the
Office of Management and Budget's guidance allows for the use of other than
FP contracts. Although the Agency's Office of Underground Storage Tank
(OUST) contracts were not awarded as FP contracts, each contract structure
was selected to provide the contractor with the greatest incentive for
efficient and economical performance, given the types of services to be
performed. The existing OUST contracts have sufficient qualified
acquisition personnel to provide appropriate contract administration and
oversight to monitor contract performance to mitigate the Government's
risk. In order to meet the requirements of the Act in the most prudent
business manner within the time constraints imposed, existing OUST
contracts are the most appropriate contractual vehicles consistent with
Agency plans that promote the goals of the ARRA. THIS NOTICE IS PROVIDED
FOR INFORMATION PURPOSES ONLY THIS REQUIREMENT IS TO BE AWARDED TO AN
EXISTING EPA CONTRACT-HOLDER. REQUESTS AND/OR INQUIRIES WILL NOT BE
ANSWERED.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=dbc557e7306cc557e68f87eeea912d22&tab=core&_cview=0
Posted: 07/17/09
SPONSOR: Environmental Protection Agency, Office of Acquisition Management,
EPA/Headquarters, 1200 Pennsylvania Avenue, N.W., 3801R, Washington, DC 20460
PUBLICATION DATE: July 19, 2009
ISSUE: FBO-2792
ENVIRONMENTAL TESTING
SOL: 2009-N-11493
POC: Patrick W Gourley, 770-488-2898, E-MAIL: pgourley@cdc.gov
POP: McAdoo
Superfund Site in McAdoo, Pennsylvania, McAdoo, Pennsylvania, 18237. WEB: FBO.gov
Permalink at https://www.fbo.gov/spg/HHS/CDCP/PGOA/2009-N-11493/listing.html
NAICS: 541620. The Centers for
Disease Control and Prevention (CDC) intends to award a contract to the
Pennsylvania Department of Environmental Protection (PA DEP) on a Fixed
Price Basis for environmental testing services at the Environmental
Protection Agency (EPA) McAdoo Superfund site located in McAdoo
Pennsylvania. This environmental testing is an integral part of a
comprehensive CDC public health response investigating the occurrence,
trends, and associated risk factors of PV and other MyeloProliferative
Diseases (MPDs) not only in the cluster area in Pennsylvania but also on a
national level. The data collected by CDC as a result of this work will
allow the Agency to better respond to cancer clusters with suspected
environmental origins. In addition, CDC's understanding of the etiology of
MPDs and other hematological cancers will be greatly enhanced leading to
improved diagnosis, treatment, and prevention of these illnesses. The PA
DEP is the only organization that possesses and/or has access to the
required data. Some of the required data has already been collected by PA
DEP. In addition, the results of past environmental testing performed by PA
DEP must be reviewed and evaluated in order to devise an effective testing
strategy for the McAdoo site. PA DEP has access to many of the areas
identified for testing due to existing relationships with local businesses
and property owners and its status as a state agency. The North American
Industry Classification Code is 541620. This notice of intent is not a
request for competitive proposals, but all replies received within 15 days
of publication will be considered. A determination not to compete based on
responses received, and to proceed with a noncompetitive award is solely
within the discretion of the Government. Information received will be
considered solely for the purpose of determining whether to conduct a
competitive procurement.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=cced00dda8bf30049a0c9843af92cdad&tab=core&_cview=0
Posted: 07/16/09
SPONSOR: Department of Health and Human Services, Centers for Disease
Control and Prevention, Procurement and Grants Office (Atlanta),
2920 Brandywine Road, Room 3000, Atlanta, GA 30341-4146
SUBFILE: PSE (U.S. GOVERNMENT PROCUREMENTS, SERVICES)
SECTION HEADING: B Special Studies and Analyses - Not R&D
PUBLICATION DATE: July 18, 2009
ISSUE: FBO-2791
RECOVERY: F--MODIFICATION FOR RECEIPT AND DISPOSAL OF 11(E)2
STREAM WASTE MATERIALS GENERATED PRIOR TO NOVEMBER 8, 1978 FROM MAYWOOD
FUSRAP SITE, MAYWOOD, NEW JERSEY (PRESOL)
SOL: DACW41-99-D-9008-003801
POC: Janice Quilty, 816-389-3826, E-MAIL: janice.m.quilty@usace.army.mil
POP: US Army Engineer District,
Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street
Kansas City MO 64106-2896. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/USA/COE/DACA41/DACW41-99-D-9008-003801/listing.html
NAICS: 562211 RECOVERY--THIS NOTICE IS
PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY
TO CONTRACTORS UNDER DACW41-99-D-9008-003801. MODIFICATION TO AN EXISTING
TASK ORDER. The Kansas City District of the U.S. Army Corps of Engineers
intends to issue a task order modification using American Recovery and
Reinvestment Act (ARRA) funds on contract task order
DACW41-99-D-9008-003801 for the Receipt and Disposal of 11(e)2 Stream Waste
Materials generated prior to November 8, 1978 from Maywood FUSRAP Site,
Maywood, New Jersey. The task order was awarded to US Ecology Idaho, Inc.
In compliance with the transparency and accountability requirements
associated with the supplemental appropriations provided by the American
Recovery and Re-Investment Act (ARRA) of 2009, Pub.L. 11-5; the Government
posts this preaward notice of modification to an existing Firm Fixed Price
Contract for Indefinite Delivery/Indefinite Quantity, Radioactive Waste
Disposal for NORM, 11(e)2, Low Activity and RCRA Waste Streams.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=22830875fd17c2c224f386e2d175b7ae&tab=core&_cview=0
Posted: 07/17/09
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: July 19, 2009
ISSUE: FBO-2792
REMEDIATE MOLD AND CAUSES, MULTIPLE BLDGS. (AWARD)
SOL: FA6648-09-R-0001
POC: Patricia Biederman, 305-224-7053, E-MAIL: patricia.biederman@homestead.af.mil; Henry G Burgains,
305/224-7406, henry.burgains@homestead.af.mil CNT FA6648-09-C-0006 AMT $507,563.90 DTD 070909 TO: BMA
Construction, Inc., 1000 NW 54th Street, Miami, Florida 33127.
POP: 482 MSG CONF/LGC, 29050 Coral Sea Blvd, Homestead AFB,
Florida 33039-1299. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/USAF/AFRC/482LSSLGC/FA6648-09-R-0001/listing.html
NAICS: 238990.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=1a8bdf6b29c254db7857de81b16cdfcf&tab=core&_cview=0
Posted: 07/11/09
SPONSOR: Department of the Air Force, Air Force Reserve Command, 482
LSS/LGC, 29050 Coral Sea Blvd, Box 50, Homestead ARS, FL 33039-1299
PUBLICATION DATE: July 13, 2009
ISSUE: FBO-2786
INDEFINITE QUANTITY JOB ORDER CONTRACT FOR ASBESTOS, LEAD-BASED PAINT AND
MOLD ABATEMENT (AWARD)
SOL: 362575-09-A-0004
POC: Sharon Weber, E-MAIL: sharon.k.weber@usps.gov CNT 362575-09-B-0238
AMT NTE $2.5m over 5-year period DTD 071709 TO: MARCOR Remediation Inc.,
246 Cockeysville Rd., Suite1, Hunt Valley, MD 21030-2149. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/USPS/FP/MAFSO/Awards/362575-09-B-0238.html
THIS CONTRACT COVERS DISTRICT OF COLUMBIA, MARYLAND, VIRGINIA, WEST VIRGINIA, OHIO, PENNSYLVANIA,
SOUTH JERSEY, DELAWARE, NORTH CAROLINA, SOUTH CAROLINA.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=292a238ad90faf0668656da0c902c418&tab=core&_cview=0
Posted: 07/17/09
SPONSOR: United States Postal Service, Facilities Purchasing, Eastern
Facilities Service Office, PO Box 27497, Greensboro, NC 27498-1103
PUBLICATION DATE: July 19, 2009
ISSUE: FBO-2792
RECOVERY: FOR INFORMATION PURPOSES ONLY: AGENCY FAR 5.705(B) ANNOUNCEMENTS: ENVIRONMENTAL
MANAGEMENT -- LOS ALAMOS NATIONAL LABORATORY DEFENSE ENVIRONMENTAL CLEANUP, SOIL
REMEDIATION - REMEDIATION OF MDA B (AWARD)
SOL: RA-09-003
POC: Denise A. Apodaca, 505-845-5124, E-MAIL: dapodaca@doeal.gov CNT
DEAC5206NA25396ModA081 AMT $63,000,000 LINE NA DTD 071709 TO: Los Alamos
National Security, LLC, P.O. Box 1663, MS722, Los Alamos, NM 87545.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DOE/PAM/HQ/Awards/DEAC5206NA25396ModA081.html
NAICS: 561210. Description: For Informational Purposes Only. This action
is Work Authorization No. RA-09-003 and is issued under M&O Contract number
DE-AC52-06NA25396. This action is funded by Recovery Act dollars. The M&O
Contractor DUNS number is 175252894. The description of the work involved
under this Work Authorization is shown below: *Characterize the
types and quantities of waste contained in historical disposal trenches at
MDA B; *Remove, and properly dispose of all waste material (~24,000
cu.yd.) buried in disposal trenches; *Collect and analyze soil and
rock for residual contamination along the perimeter after the contents of
the disposal cells have been removed. Remedial action goals are to meet
residential risk scenarios; *Submit the MDA B Remediation Report to
NMED *Complete restoration of the site Justification for Non-Fixed
Price Type of Contract for WA (added to description in FedBizOpps): This
was awarded as a Cost-Reimbursement Type because of uncertainties in
contract performance. Costs cannot be estimated with sufficient accuracy to
use any type of fixed price contract. The work consists of environmental
cleanup and soil remediation. This is a collaboration between the
Laboratories and a university for the development of magnets. The work is
described but not defined and is very complex in nature.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=3689755c1060532adb356234be7f8782&tab=core&_cview=0
Posted: 07/17/09
SPONSOR: Department of Energy, Federal Locations, All DOE Federal
Contracting Offices, Various locations.
PUBLICATION DATE: July 19, 2009
ISSUE: FBO-2792
ENVIRONMENTAL REMEDIATION SERVICES (AWARD)
SOL: W9128F-08-R-0044
POC: Loreen K. Blume, 402-995-2092, E-MAIL: Loreen.K.Blume@usace.army.mil; Leigh A. Lucas,
402-995-2086, leigh.a.lucas@usace.army.mil CNT
W9128F-09-D-0035 AMT $9,000,000.00 DTD 071609 TO: Sullivan-ACI Federal
Services, 409 Camino Del Rio South Suite 100, San Diego, CA 92108.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA45/Awards/W9128F-09-D-0035.html
NAICS: 562910. Environmental Remediation Services in suppport
of the US Army Corps of Engineers, Northwestern Division and existing
customers. The solicitation was set-aside for Service Disabled Veteran
Owned Small Businesses.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=ba165003b99d28bea4368c1cd6f50a3b&tab=core&_cview=0
Posted: 07/16/09
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, U.S. Army
Engineer District, Omaha, Attn: CENWO- CT, 1616 Capital Ave,
Omaha, Nebraska 68102-4901
PUBLICATION DATE: July 18, 2009
ISSUE: FBO-2791
RECOVERY: R--CAPPING OF MINE WASTE AND WASTE ROCK PILES, EPA SUPERFUND SITE
LOCATED IN EUREKA, UT (AWARD)
SOL: DACA45-03-D-0022
POC: Patricia Overgaard, 402-995-2062, E-MAIL: pat.m.overgaard@usace.army.mil
CNT DACA45-03-D-0022-0007 AMT 8,039,913.00 LINE 0002 DTD 071609
TO: Shaw Environmental, Inc., 7604 Technology Way, Suite 300, Denver, CO 80237-3000.
WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/USA/COE/DACA45/DACA45-03-D-0022/listing.html
NAICS: 562910. This contract action was not
awarded as a fixed price type because uncertainties involved in contract
performance did not permit costs to be estimated with sufficient accuracy
to use any type of fixed price contract. As such, a cost-reimbursement type
action was awarded (FAR 16.301-2). This contract action was accomplished
using other than competitive procedures because this is a task/delivery
order where an exception to fair opportunity requirements was approved as
this is a follow-on order to a competitive initial order (FAR 8.405-6(b)(2)
or 16.505(b)(2)(iii). Capping of Mine Waste and Waste Rock Piles and
Remediation Activities located at the Eureka Mills Superfund Site, Eureka,
Utah. Contract: DACA45-03-D-0022, Task Order 0007, Omaha District Contract
with Shaw Environmental. PROVIDED FOR INFORMATIONAL PURPOSES ONLY.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=ad2d57727cb9b566e6df41b5070b9857&tab=core&_cview=0
Posted: 07/16/09
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, U.S. Army
Engineer District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
PUBLICATION DATE: July 18, 2009
ISSUE: FBO-2791
RECOVERY--Z--REMOVE UNDERGROUND STORAGE TANKS AT FORT KNOX SITES. THIS
NOTICE IS FOR INFORMATION PURPOSES ONLY. (AWARD)
SOL: LG02030-8J
POC: Rodney P. Prickett, 502-624-8045, E-MAIL: rod.prickett@us.army.mil
CNT W9124D-08-D-0045 Task
Order 0190 AMT 31,050.00 LINE 0001AA DTD 071409 TO: Lusk Mechanical
Contractors, Inc., 820 S Dixie Hwy, Muldraugh, KY. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/USA/DABK/DABK21/LG02030-8J/listing.html
NAICS: 236220 Remove underground storage tanks located at Fort Knox, KY.
This task order was awarded to Lusk Mechanical Contractors Inc, under the
IDIQ JOB Order Contract. This notice is for information purposes only.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=715dd539bda01e0e31673cca5eb261ad&tab=core&_cview=0
Posted: 07/14/09
SPONSOR: Department of the Army, Army Contracting Agency, South Region, ACA,
Fort Knox, ACA, Fort Knox, Directorate of Contracting, Building
1109B, Fort Knox, KY 40121-5000
PUBLICATION DATE: July 16, 2009
ISSUE: FBO-2789
Notices for July 6-10, 2009
This update contains summaries of procurement and contract award notices issued between July 6-10, 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 TO INCLUDE MONITORING, RESTORATION, COMPLIANCE, AND
REMEDIATION AT THE FORMER FORT ORD, CA. (SRCSGT)
SOL: W91238-09-SS-0188
DUE: 071309
POC: Constance L. Peterson, 916-557-5234, E-MAIL: constance.l.peterson@usace.army.mil
POP: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA 95814.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA05/W91238-09-SS-0188/listing.html
NAICS: 541620> This is A SOURCES SOUGHT
NOTICE for a Market Research ONLY to determine the availability of firms to
perform environmental services and support at the former Fort Ord. NO AWARD
will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR
DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a
solicitation. Potential offerors having the skills and capabilities
necessary to perform the described project are invited to provide feedback
via email to Constance.L.Peterson@usace.army.mil. All responses will be
used to determine the appropriate acquisition strategy for a potential
future acquisition. We encourage all firms to respond, including but not
limited to, HUB Zone, 8a, SDVOSB, Small Business and Large Business.
PROJECT DESCRIPTION: The work and services shall consist of environmental
services to support the Army in environmental monitoring, restoration,
compliance, and remediation at a Superfund site. Work may include: habitat
monitoring, habitat restoration, planning, development and implementation
of technical plans, feasibility studies, environmental assessments, and
agency consultation support. Typical studies encompass habitat monitoring,
fish and wildlife habitat protection and enhancement, sensitive species and
habitat assessment, and a various other complex coastal environmental
resources studies and engineering activities. The contractor will have the
ability to work within munitions impacted areas before and after remedial
actions have been completed. The contractor shall provide explosive safety
escorts/staff when work is being conducted. CAPABILITIES AND
QUALIFICATIONS: a. Qualified personnel are required with recent knowledge
and experience in: (1) Vegetation monitoring and restoration, and
remediation; (2) Analysis of vegetation monitoring data; (3) California
tiger salamander surveys and handling; (4) consultation/coordination with
other agencies; (5) Statistical analysis to support project success; b.
Specialized Experience and Technical Competence in: (1) Preparation of
habitat and wetland restoration plans; (2) Environmental studies; (3)
Coastal monitoring and field data collection; (4) Marine or invertebrate
biology; (5) Data collection using terrestrial and aquatic line transects;
(6) Development of critical or endangered habitat restoration plans; (7)
GIS mapping using ESRI products; (8) Seed collection, preservation and
propagation; (9) Experience with NEPA/CEQA analysis, habitat evaluation
measures, and design of mitigation measures; (10) Central Coast Martine
Chaparral habitat restoration (56 acres); (11) Preparation of
reconnaissance and feasibility study reports. (12) Knowledge of the
locality such as sensitive species and habitats, geological features,
climatic conditions, and federal and local oversight agencies. Specific
permits include: USFWS California tiger salamander handlers and vernal pool
fairy shrimp authorizations/permits. Certifications include: Certified
underwater diver with experience performing aquatic vegetation and special
status species monitoring, including ocean transects. CAPABILITY STATEMENT
The following requests are designed to apprise the US Army Corps of
Engineers, Sacramento District, of any prospective contractors project
execution capabilities. Please provide your response to the following. The
submission is limited to 7 pages. 1) Offerors name, addresses, point of
contact, phone number, and e-mail address. 2) Offerors interest in
submitting a proposal on the solicitation when it is issued. 3) Offerors
capability to perform a contract as evidence by comparable work performed
within the past five years brief description of the project, customer name,
timeliness of performance, customer satisfaction, and dollar value of the
project) provide at least 3 examples. 4) Offerors type of small business
and Business Size (Large Business, Small Business, HUB Zone, Service
Disabled Veteran Owned and/or Small Business, 8(a), etc) and any applicable
SBA certifications. 5) Offerors Joint Venture information if applicable
existing and potential 6) Offerors office locations and staffing. The
Capabilities Statement for this sources sought is not expected to be a
Request for Proposal or Invitation for Bid, nor does it restrict the
Government to an ultimate acquisition approach, but rather short statements
are requested regarding the companys ability to demonstrate
existing-or-developed expertise and experience in relation to the areas
specified herein. Any commercial brochures or currently existing marketing
material may also be submitted with the Capabilities statement. Submission
of Capabilities statement is not a prerequisite to any potential future
offerings, but participation will assist the U. S. Corps of Engineers in
tailoring requirements to be consistent with industry capabilities. This
synopsis is for information and planning purposes only and is neither to be
construed as a commitment by the Government nor will the Government pay for
information solicited. Respondents will not be notified of the results of
the evaluation. Submissions that do not meet all requirements or submit
within the allotted time will not be considered. All interested contractors
should notify this office in writing by email or mail by 5:00 PM Pacific
Time on July 13, 2009. Submit response and information to: Constance L.
Peterson, CECT-SPK, Room. 878, US Army Corps of Engineers, Sacramento
District, 1325 J Street, Sacramento, CA 95814 or
constance.l.peterson@usace.army.mil.
CITE: https://www.fbo.gov/?s=opportuni
ty&mode=form&id=2c9542a7a36fdbe516ad82135cd57239&tab=core&_cview=0
Posted: 07/07/09
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, US Army
Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
PUBLICATION DATE: July 9, 2009
ISSUE: FBO-2782
TECHNICAL SUPPORT FOR EPA REGION 9 AT LEVIATHAN MINE SUPERFUND SITE,
MARKLEEVILLE, CALIFORNIA. (SRCSGT)
SOL: W91238-XX-X-XXXX
DUE: 072409
POC: Constance L. Peterson, 916-557-5234, E-MAIL: constance.l.peterson@usace.army.mil
POP: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA 95814.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA05/W91238-XX-X-XXXX/listing.html
NAICS: 541620. This is a SOURCES SOUGHT
NOTICE for a Market Research ONLY to determine the availability of firms to
execute mine investigation and remediation work in the US Environmental
Protection Region 9 area of responsibility. NO AWARD will be made from this
Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS IS AVAILABLE
AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential
offerors having the skill, capabilities and bonding necessary to perform
the described project are invited to provide feedback via email to Ms.
Constance Peterson at constance.l.peterson@usace.army.mil. All responses
will be used to determine the appropriate acquisition strategy for a
potential future acquisition. We encourage all firms to respond, including
but not limited to, HUB Zone, 8a, SDVOSB, Small Business and Large
Business. This project is planned for advertising in August 2009. The
estimated cost range will be $5,000,000 and below. The duration of the
project is 5 years. PROJECT DESCRIPTION The following description is
typical of the mine sites that require contractor services. This is only an
example and other mine sites may be addressed in the contract. This project
is a technical support for EPA Region 9 at Leviathan Mine Superfund Site,
Markleeville, California. Work entails review of work plans, studies,
reports and field activities of potentially responsible parties at the
site. Work includes assisting the Government in performing studies for
geological and biological issues. Work may include implementation of acid
mine drainage treatment during spring and fall seasons. The work must be
accomplished by qualified, experienced, professional environmental
multi-discipline firms. These environmental firms must be capable of:
advising the EPA on the application of innovative technologies/approaches
in conjunction with traditional mine restoration methods to improve quality
and productivity while reducing cost. Work includes integration of various
disciplines including: Responsible Party Oversight: Report Review and
comment Preparation; Conflict Management and Technical Expert
documentation; Field Oversight; Safety. Work Plan/Site Assessment Site
monitoring: Prepare sampling plans to assess leachability of mine tailings
and measure discharges affecting water Quality and chemistry; impacts on
receiving waters, chemistry and biology; Groundwater quality, quantity and
geochemistry; Groundwater flow pathways; Installation of new monitoring
wells; Air Monitoring; Human Health Risk Assessment; Specialized Native
American Risk Assessment criteria; Ground stability; Data Quality
Management. The Contractor will be able to evaluate potential Mine
Remediation Technologies that Settling Work Parties or the EPA may
implement: Immobilizing contaminates in mine tailings and waste rock;
Discharge Treatment Technology; Topographic Survey; Site Access Design;
Site Winterization; Operations at remote sites; NEPA standards; Grading and
Erosion Control; Project Quality Control Plan; The Contractor will have
knowledge and experience in the elements of Discharge Treatment Technology
include: Lime Treatment; Biological Treatment; Organic Substrate
Bioreactors; Rock Substrate Bioreactors; Permeable Reactive Barriers;
Sludge handling and disposal; Monitor the erection of remediation site
structures; Remote Telemetry. The contractor will have experience in
control and management of common contaminants including; Aluminum, Arsenic,
Cadmium, Chromium, Copper, Cyanide, Iron, Lead, Mercury, Selenium, Sulfur,
Uranium, Zinc, and Radioactive Materials. The Contractor will have
organizational knowledge of: EPA organizational regulations and
requirements; CERCLA and SARA laws and implementing regulations; Mining
Reclamation laws and requirements; State and Local regulatory agency
regulations and requirements for California regulations requirements;
Native American regulations and requirements. The Contractor will meet
Conflict of Interest requirements. The Contractor will have demonstrated
Project Management skill as applied to: Project reporting; Cost reporting,
and Change Order Management Practices. CAPABILITY STATEMENT The following
requests are designed to apprise the US Army Corps of Engineers, Sacramento
District, of any prospective contractors project execution capabilities.
Please provide your response to the following. The submission is limited to
10 pages. 1) Offerors name, addresses, point of contact, phone number, and
e-mail address. 2) Offerors interest in submitting a proposal on the
solicitation when it is issued. 3) Offerors capability to perform a
contract of this magnitude and complexity and comparable work performed
within the past 10 years brief description of the project, customer name,
timeliness of performance, customer satisfaction, and dollar value of the
project) provide at least 3 examples. 4) Offerors type of small business
and Business Size (Large Business, Small Business, HUB Zone, Service
Disabled Veteran Owned and/or Small Business, 8(a), etc) and any applicable
SBA certifications. 5) Offerors Joint Venture information if applicable
existing and potential 6) Offerors office locations and staffing. The
Capabilities Statement for this sources sought is not expected to be a
Request for Proposal or Invitation for Bid, nor does it restrict the
Government to an ultimate acquisition approach, but rather short statements
are requested regarding the companys ability to demonstrate
existing-or-developed expertise and experience in relation to the areas
specified herein. Any commercial brochures or currently existing marketing
material may also be submitted with the Capabilities statement. Submission
of Capabilities statement is not a prerequisite to any potential future
offerings, but participation will assist the U. S. Corps of Engineers in
tailoring requirements to be consistent with industry capabilities. This
synopsis is for information and planning purposes only and is neither to be
construed as a commitment by the Government nor will the Government pay for
information solicited. Respondents will not be notified of the results of
the evaluation. Offers that do not meet all requirements or submit within
the allotted time will not be considered. All interested contractors should
notify this office in writing by email or mail by 5:00 PM Pacific Time on
July 24, 2009. Submit response and information to: Constance L. Peterson,
CECT-SPK, Room. 878, US Army Corps of Engineers, Sacramento District, 1325
J Street, Sacramento, CA 95814 or constance.l.peterson@usace.army.mil.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=66a77410e4471758f765b03dd9f80fb6&tab=core&_cview=0
Posted: 07/07/09
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, US Army
Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
PUBLICATION DATE: July 9, 2009
ISSUE: FBO-2782
OILY WASTE DISPOSAL AT CAVEN POINT MARINE TERMINAL IN NJ. (SRCSGT)
SOL: W912DS-09-S-0040
DUE: 072109
POC: Lauren Oliver, 917-790-8086, E-MAIL: US Army Engineer District, New York,
lauren.k.oliver@usace.army.mil
POP: Caven Point Marine Terminal 3
Chapel Avenue Jersey City NJ 07305. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-09-S-0040/listing.html
NAICS: 562112. The U.S. Army Corps of
Engineers, New York District is issuing this Sources Sought Announcement
for the disposal of oily waste at Caven Point Terminal in New Jersey. This
announcement is to determine if there is an adequate number of interested
and qualified (1) SBA certified 8(a) firms serviced by the SBA New
Jersey/New York district offices, (2) HUB Zone, or (3) Service-Disabled
Veteran Owned Small Business firms having the capability and bonding
capacity for the following effort: The work of these specifications
consists of the pickup, transportation and disposal of a variety of oily
wastes that are generated at Caven Point Terminal. Work required by this
contract shall be authorized by the Physical Support Branch at Caven Point
Marine Terminal on an as-called basis. The contractor shall be required to
perform all work in strict accordance with all Federal, State and Local
environmental laws. All removals of oily wastes, their transportation and
their disposal shall be accountable through the New Jersey State Department
of Environmental Protection and Energy (NJDEPE) Hazardous Waste Manifest
System. Although no waste covered by this contract is currently classed as
hazardous waste under Resource Conservation and Recovery Act (RCRA) or New
Jersey Department of Environmental Protection and Energy (NJDEPE), the
contractor is required to manifest all wastes. Any wastes reclassified as
hazardous in the course of the contract and its option years will not be
included in the scope of work of this contract. The North American Industry
Classification System (NAICS) code is 562112, Hazardous Waste Collection.
The business size standard is $12.5 million. Responses should include: (1)
Identification and verification of the company as an SBA certified 8(a)firm
by SBA New Jersey or New York district offices, HUB Zone or
Service-Disabled Veteran Owned Small Business; (2) CAGE Code and DUNS
Number; (3) Identification of sample projects (no more than 5) for similar
dollar value and similar in scope. Firms shall provide a brief description
of the work involved. All interested businesses should notify this office
in writing by mail or fax by 21 JUL 2009, 2:00pm EST. Send responses to the
US Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843,
ATTN: Lauren Oliver, New York, NY, 10278-0090 or by fax to (212) 264-3013.
This is NOT a commitment on the part of the Government to award a contract
as a result of this notice or to pay for any information received. This
announcement neither constitutes a Request for Proposal or Invitation for
Bid, nor does it restrict the Government to an ultimate acquisition
approach. This Sources Sought Announcement should not be construed as a
commitment by the Government for any purpose. Submittals will be used for
market survey information only.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=9f0eec7fb17e52bf4c0e90dd89a19306&tab=core&_cview=0
Posted: 07/09/09
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, U.S. Army
Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
PUBLICATION DATE: July 11, 2009
ISSUE: FBO-2784
ENVIRONMENTAL RESTORATION SERVICES FOR MISCELLANEOUS SERVICES INCLUDING
ARCHITECT-ENGINEER (A-E) SERVICES, ENVIRONMENTAL MANAGEMENT CONSULTING
SERVICES, RESTORATION AND REMEDIATION SERVICES - NATIONAL OCEANIC AND
ATMOSPHERIC ADMINISTRATION (NOAA) - QUESTIONS AND ANSWERS #1 (MOD)
SOL: NFFKHC30-9-02068
DUE: 080609
POC: Pamela L. Stichweh, 816-426-2067, E-MAIL: pamela.l.stichweh@noaa.gov ; Jackie S Smith, 816-426-2068,
jacqueline.s.smith@noaa.gov
POP: F/HC3, 1315 East-West Highway, Silver Spring, MD,
20910. WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DOC/NOAA/CASC/NFFKHC30-9-02068PWS/listing.html
NAICS: 562910. Questions and Answers #1 - as of July 10, 2009.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=316d8a204602d5d6dbcc1a9ad9e4e6b4&tab=core&_cview=0
Posted: 07/10/09
SPONSOR: Department of Commerce, National Oceanic and Atmospheric
Administration (NOAA), Central Region Acquisition Division, 601
East 12th Street, Room 1756, Kansas City, MO 64106
PUBLICATION DATE: July 12, 2009
ISSUE: FBO-2785
REMOVAL AND DISPOSAL OF ASBESTOS-CONTAINING MATERIALS - ABL-90382 REQUEST
FOR QUOTE (PRESOL)
SOL: ABL-90382(B)
DUE: 072409
POC: Heather M Mahle, 907-789-6021, E-MAIL: heather.mahle@noaa.gov
POP: Department of Commerce (DOC), National Oceanic & Atmospheric
Administration (NOAA), National Marine Fisheries Service (NMFS), Alaska
Fisheries Science Center, Auke Bay Laboratories, Auke Bay Marine Station,
Juneau, Alaska 99801. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/DOC/NOAA/NMFSMA/ABL-90382(B)/listing.html
NAICS: 562910. Davis Bacon Wage Determination Request
for Quote must be filled out and returned to Heather Mahle by fax
(907-789-6004) or by email to Heather.Mahle@noaa.gov, on or before 7/24/09,
4:00PM. Please email Heather.Mahle@noaa.gov if you have any questions.
Attachment 'B' is the floor plan with key and areas for work. Attachment
'A' is a 15-page that includes General provisions of the Contract,
including General and Supplementary Conditions and specifics to Hazardous
Removal. ACTION CODE; C - COMBINED SYNOPSIS/SOLICITATION FSC CODE: 5660
ASBESTOS REMOVAL. NAICS CODE: 562910. ASBESTOS REMOVAL CONTRACTORS
RESPONSE DATE: 07/24/2009 This is a combined synopsis/solicitation for
services in which the government intends to acquire in accordance with FAR
Part 13, Simplified Acquisitions Procedures. Department of Commerce (DOC),
National Oceanic & Atmospheric Administration (NOAA), National Marine
Fisheries Service (NMFS), Alaska Fisheries Science Center, Auke Bay
Laboratories has a requirement for removal of asbestos-containing materials
(ACM) and other hazardous materials at the Auke Bay Marine Station in
Juneau, Alaska. See attached statement of work for complete description of
services. All interested concerns must submit a quotation and documentation
demonstrating the qualifications to provide services as described above
within fifteen (15) days of the publication date of this notice. This
announcement constitutes the only solicitation, quotations are being
requested and a written solicitation will not be issued. A firm-fixed order
will be issued with period of performance to begin immediately through
September 1st. All responses must be in writing and delivery to fax number
907-789-6004 or via email to Heather.Mahle@noaa.gov, to the attention of
Heather Mahle on the indicated response date in the RFQ. This is a
simplified acquisition with an estimated value of less than $100,000.00.
The following provisions and clauses shall apply to this solicitation and
resultant award. The provisions and clauses may be downloaded at
http://www.acqnet.gov/far Wage Determination # ASBE0097-002, Hazardous
Material Handler. 1. 33.215 {33.215} Contract clause 2. 52.204-7 CENTRAL
CONTRACTOR REGISTRATION (JULY 2006) 3. 52.204-8 ANNUAL REPRESENTATIONS AND
CERTIFICATIONS (JAN 2006) 4. 52.214-34 SUBMISSION OF OFFERS IN THE ENGLISH
LANGUAGE (APR 1991) 5. 52.214-35 SUBMISSION OF OFFERS IN U.S. CURRENCY (APR
1991) 6. 52.222-3 CONVICT LABOR (JUN 2003) 7. 52.222-50 COMBATING
TRAFFICKING IN PERSONS (AUG 2007) 8. 52.223-6 DRUG-FREE WORKPLACE (MAY
2001) 9. 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (FEB 2006) 10.
52.227-14 RIGHTS IN DATA--GENERAL (DEC 2007) 11. 52.232-1 PAYMENTS (APR
1984) 12. 52.232-8 DISCOUNTS FOR PROMPT PAYMENT (FEB 2002) 13. 52.232-11
EXTRAS (APR 1984) 14. 52.232-23 ASSIGNMENT OF CLAIMS (JAN 1986) 15.
52.232-25 PROMPT PAYMENT (OCT 2003) 16. 52.232-33 PAYMENT BY ELECTRONIC
FUNDS TRANSFER--CENTRAL CONTRACTOR REGISTRATION (OCT 2003) 17. 52.232-34
PAYMENT BY ELECTRONIC FUNDS TRANSFER--OTHER THAN CENTRAL CONTRACTOR
REGISTRATION (MAY 1999) 18. 52.233-3 PROTEST AFTER AWARD (AUG 1996) 19.
52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) 20.
52.243-1 CHANGES--FIXED-PRICE (AUG 1987) 21. 52.249-1 TERMINATION FOR
CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) (SHORT FORM) (APR 1984) 22.
52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (SEP 2007)
23. 52.213-4 TERMS AND CONDITIONS--SIMPLIFIED ACQUISITIONS (OTHER THAN
COMMERCIAL ITEMS) (FEB 2008) 24. 52.219-1 SMALL BUSINESS PROGRAM
REPRESENTATIONS (MAY 2004) 25. 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM
REPRESENTATION (JUN 2007) 26. 1352.239-73 SECURITY REQUIREMENTS FOR
INFORMATION TECHNOLOGY RESOURCES (DEC 2006) 27. 52.252-2 CLAUSES
INCORPORATED BY REFERENCE (FEB 1998) ***The Western Regional Acquisition
Division, requires that all contractors doing business with this
Acquisition Office be registered with the Central Contractor Registry (CCR)
as of October 1, 2003. After this date, NO award can be made unless the
vender is registered in CCR. For additional information and to register in
CCR please access the following web site: http://www.ccr.gov. In order to
register with the CCR and to be eligible to receive an award from this
acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun
& Bradstreet number may be acquired free of charge by contacting Dun &
Bradstreet on-line at www.dnb.com/eupdate or by phone at (800) 333-0505.
All contractors are also required to complete online Representations and
Certifications at HTTP://ORCA.BPN.GOV.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=2984715434887fb4c0cb0b4ece802ab5&tab=core&_cview=0
Posted: 07/09/09
SPONSOR: Department of Commerce, National Oceanic and Atmospheric
Administration (NOAA), National Marine Fisheries Science Center,
166 Water Street, Woods Hole, Massachusetts 02543-1026
PUBLICATION DATE: July 11, 2009
ISSUE: FBO-2784
ENVIRONMENTAL SITE ASSESSMENT FOR THREE SCHOOLS (MOD)
SOL: RMN00090122
DUE: 072009
POC: Mary J. Jim, Contract Specialist, 505-863-8266, E-MAIL: mary.jim@bia.gov
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DOI/BIA/RestonVA/RMN00090122/listing.html
1. The response date is extended to July 20, 2009, 4:30 p.m. (local time). 2. Questions
received up to July 6, 2009 and the Government's responses will be issued
as an amendment on July 14, 2009. NO MORE QUESTIONS WILL BE ACCEPTED. ALL
OTHER TERMS AND CONDITIONS REMAIN THE SAME IN FULL FORCE AND EFFECT.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=29f8ec430ddecdebb7c75c8469a7f0c6&tab=core&_cview=0
Posted: 07/09/09
SPONSOR: Department of the Interior, Bureau of Indian Affairs, BIA - DAPM,
BIA - Navajo Regional Office Division of Acquisition P. O. Box
1060301 W. Hill Rm 346 Gallup NM 87305
PUBLICATION DATE: July 11, 2009
ISSUE: FBO-2784
REGULATORY, ANALYTICAL AND EVALUATION SUPPORT SERVICES FOR RADIATION
PROTECTION PROGRAMS (PRESOL)
SOL: PR-NC-09-10242
DUE: 080609
POC: Lanelle T. Shands, Contract Specialist, 919-541-4278, E-Mail: shands.lanelle@epa.gov
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/EPA/OAM/CMD/PR-NC-09-10242/listing.html
NAICS: 541620. The Environmental Protection Agency (EPA) has a requirement
for "Regulatory, Analytical and Evaluation Support for Radiation Protection
Programs." This effort will include the development and implementation of
regulations and guidance; the development and support of voluntary
partnerships and programs; the evaluation and characterization of radiation
sources and their disposition through the environment; the development of
guidance and site-specific analyses associated with remediation; the
evaluation of innovative technologies, and the provision of reliable public
information on issues related to radiation protection. To provide this
support, the Contractor shall be familiar with all significant Agency
policies/practices and guidance and be able to prepare documents and
deliverables that meet "plain English" requirements. The Contractor shall
furnish the necessary personnel, materials, equipment, hardware and
software, services, and facilities to perform any work as specified in work
assignments. The major program areas of this requirement include (1)
Radioactive Waste Disposal and Management (e.g., WIPP, Yucca Mountain,
TENORM, Low Activity Waste, clean materials, disposal of waste from weapons
of mass destruction); (2) Cleanup (e.g., radioactively contaminated sites,
federal guidance, technology assessment, risk modeling); (3) Air Toxics
(e.g., NESHAPs (National Emission Standards for Hazardous Air Pollutants));
and (4) related areas (e.g., modeling, risk assessment, risk harmonization,
Toxics Release Inventory, radiation information management). EPA
anticipates the award of a cost reimbursement type contract. This contract
will be awarded on the basis of full and open competition. The associated
NAICS code is 541620 with a size standard of $7 million in average annual
receipts over the preceding three fiscal years. The anticipated period of
performance is a total of five (5) years, with a base period and four
optional periods of 12-months each. The Government anticipates a total
level-of-effort of 75,000 direct labor hours consisting of 15,000 labor
hours for the base and subsequent periods. In addition, the contract will
allow for 37,500 optional labor hours. This will include 7,500 for the base
year and each subsequent option period. This procurement is a follow-on to
contract EP-D-05-002 with Sanford Cohen & Associates. It is anticipated
that this solicitation will be issued on or around 08/06/09 and that
proposals will be due approximately 30 days after issuance. DRAFT Conflict
of Interest (COI) clauses can be reviewed at
http://www.epa.gov/oam/rtp_cmd/. The solicitation and amendments will be
available at http://www.epa.gov/oam/rtp_cmd/. If you obtain a copy of the
solicitation via Internet, it will be your responsibility to frequently
check the same site where the solicitation is posted for any amendments.
All responsible sources may submit a proposal which shall be considered by
the Agency.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=51fc0c3b6226d0ca3bc842ae3186a9d5&tab=core&_cview=0
Posted: 07/09/09
SPONSOR: Environmental Protection Agency, Office of Acquisition Management,
RTP Procurement Operations Division, E105-02, RTP Procurement
Operations Division (D143-01) Research Triangle Park, NC 27711
PUBLICATION DATE: July 11, 2009
ISSUE: FBO-2784
REMEDIATION OF CONTAMINATED SEDIMENT AT NRDEC-10 AT SOLDIER SYSTEM CENTER,
KANSAS STREET, NATICK, MASSACHUSETTS 01760 (PRESOL)
SOL: W911QY09R0050
DUE: 081109
POC: Raymond Golaszewski, 508-233-4289, E-MAIL: raymond.golaszewski@us.army.mil
POP: RDECOM Acquisition Center - Natick ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS),
Building 1, Kansas Street Natick MA 01760-5011. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/USA/USAMC/DAAD16/W911QY09R0050/listing.html
NAICS: 562910. The U.S. Army has a
requirement for remediation of contaminated sediment at NRDEC-10 located at
the Soldier System Center, Kansas Street, Natick, Massachusetts 01760. The
United States Army Soldier Systems Center intends to issue an request for
proposal for fully executing the Firm Fixed Price Remediation (FFPR)
approach under a Performance-Based Acquisition (PBA). The scope of the work
will be remediation of PCB-contaminated sediment along the Lake Cochituate
shoreline of the U.S. Army Natick Soldier Systems Center, Natick, MA. The
selected remedy will include several principle components: Site Condition
Evaluation, Site Control Measures, Silt Curtains, Hydraulic Dredging, Geotextile
Tube Dewatering, Odor Control, Water Treatment, Off-site Disposal, Remedial
Monitoring, Site Restoration/Backfilling. Copies of the solicitation and
statement of work will be avialable for download on our website at
https://www3.natick.army.mil. Click on business opportunities, then click
on ongoing acquisitions, then click on the solicitation number, then go to
files available for download. The solicitation will be available on the web
site on or about 21 July 2009. A site visit will be held on 27 July 2009 at
10:00 AM.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=3ca4bc83c1eab2656d50d49817ca4506&tab=core&_cview=0
Posted: 07/09/09
SPONSOR: Department of the Army, U. S. Army Materiel Command, RDECOM
Acquisition Center - Natick, ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS),
Building 1, Kansas Street, Natick, MA 01760-5011
PUBLICATION DATE: July 11, 2009
ISSUE: FBO-2784
LAB ANALYSIS OF VERMICULITE SITES (PRESOL)
SOL: RFQ-GA-09-00029
DUE: 071709
POC: Jacqueline Livingston, Purchasing Agent, (404) 562-9200, E-MAIL: livingston.jacqueline@epamail.epa.gov
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/EPA/OAM/RegIV/RFQ-GA-09-00029/listing.html
NAICS Code: 541380. The U.S. Environmental Protection Agency (US EPA), Region 4, has a requirement for
analytical testing services for asbestos to meet Superfund site-specific
needs. This is a synopsis for commercial items prepared in accordance with
the format in FAR 12, in conjunction with FAR 13, as applicable. The
Government intends to award a purchase order to the responsible vendor
whose offer best conforms to the specifications, meets the Government's
delivery schedule and is the most cost effective in accordance with the
Evaluation Criteria below. The incorporated provisions and clauses are
those that are in effect through the latest Federal Acquisition Circular.
This procurement is 100 percent set aside for small business concerns and
only qualified offerors may submit quotes. The associated North American
Industrial Classification (NAICS) code is 541380 and the business size
standard is $12,000,000. This requirement consists of seven (7) line items:
Line Item 0001 Matrix - Soil/Bulk, Parameter - Asbestos by PLM, Method -
CARB Method 435 (Base Quantity=26, Option Quantity=26), Line 0002 Matrix -
Soil/Bulk, Parameter - Moisture Content, Method - ASTM D4643-00, (Base
Quantity=26, Option Quantity=26), Line 0003 Matrix - Soil/Bulk, Parameter -
Particle Size, Method - ASTM D422-63, (Base Quantity=26, Option
Quantity=26), Line 0004 Matrix-Vermiculite, Parameter - Asbestos by PLM,
SEM, and TEM, Method - EPA 600/R-04/004 (January 2004) with references to
ISO 13794 and USEPA SOP No. SRC-LIBBY-02 (Rev. 1), (Base Quantity=10,
Option Quantity=10), Line 0005 Matrix - Dust, Parameter - Asbestos by TEM,
Method ASTM 5755-95 (Base Quantity=16, Option Quantity=16), Line 0006
Matrix - Air, Parameter - Asbestos by TEM to 0.001 s/cc sensitivity, Method
- ISO 10312 (Base Quantity=48, Option Quantity=48), Line 0007 Matrix-Air,
Parameter - Asbestos by TEM to 0.0001 s/cc sensitivity, Method - ISO 10312
(Base Quantity=64, Option Quantity=64). It is the contractor's
responsibility to be familiar with applicable clauses and provisions. Award
shall be based on the lowest priced technically acceptable quotation. The
provision at FAR 52.212 1 Instructions to Offerors, Commercial Items,
applies to this acquisition. Offerors are reminded to include a completed
copy of the provision at FAR 52.212 3 Offeror Representations and
Certifications, Commercial Items with the offer, which can be accessed at
http://www.arnet.far.gov. The successful offeror must be registered in the
Central Contractor Registration (CCR) database to be considered for award.
The CCR database may be accessed at www.ccr.gov. Clause 52.212 4 Contract
Terms and Conditions Commercial Items and Clause 52.212 5 Contract Terms
and Conditions Required to Implement Statutes or Executive Orders
Commercial Items are hereby incorporated by reference. For the RFQ,
Statement of Work and all applicable attachments contact
livingston.jacqueline@epa.gov All interested small businesses are invited
to respond to this requirement within 10 days after publication. It is the
offeror's responsibility to ensure receipt of email requests. Telephone
questions will not be answered and collect calls will not be accepted.
NOTE: Offers submitting sufficient information my be eliminated from
competition.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=5c192781c48c97268ed37a694f4a996e&tab=core&_cview=0
Posted: 07/08/09
SPONSOR: Environmental Protection Agency, Office of Acquisition Management,
Region IV, Environmental Protection Agency, Reg. 4, Acquisition
Management Section, 61 Forsyth Street, Atlanta, GA 30303
PUBLICATION DATE: July 10, 2009
ISSUE: FBO-2783
SPILL REMEDIATION (MOD)
SOL: F1C3469160A001
DUE: 072109
POC: Arthur DeWitz, 671-366-6603, E-MAIL: arthur.dewitz@andersen.af.mil
POP: Building 14507, Andersen AFB, Yigo
Guam. WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USAF/PAF/36CONS/F1C3469160A001/listing.html
NAICS: 562910. SITE VISIT SCHEDULED: Please
be advised that a site visit for this project will be held on THU, JULY 16,
2009 at Building 14507, Andersen AFB, Guam at 1:00 PM. All interested
parties will be required to obtain base passes and meet in the parking lot
of the Pass & ID Office at the Frong Gate NLT 1:00 PM. If you are not
familiar with obtaining base passes, please call the 36th Security Forces
at 671-366-4230 for the documents required for each person in order to
obtain access to Andersen AFB. Please confirm via email if you plan to
attend the site visit by contacting TSgt Michael Allen, Contracting
Officer, at michael.allen@andersen.af.mil, NLT 14 July 2009, 12:00 PM.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=ab7b2c419f1d22e17281be8b9bd64266&tab=core&_cview=0
Posted: 07/08/09
SPONSOR: Department of the Air Force, Pacific Air Forces, 36 CONS -
Andersen, Unit 14040, Andersen AFB, 96543-4040
PUBLICATION DATE: July 10, 2009
ISSUE: FBO-2783
IDIQ FOR BASE WIDE ENVIRONMENTAL SUPPORT SERVICES (AWARD)
SOL: W912HN-09-R-0004
POC: Sandra B. Meyers, (912) 652-5324, E-MAIL: sandra.b.meyers@usace.army.mil
CNT W912HN-09-D-0035 AMT not to exceed $3,500,000.00 DTD 063009
TO: Aerostar Environmental Services, Inc., 11181 St. Johns Parkway North, Jacksonville, FL 32246-7643.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA21/Awards/W912HN-09-D-0035.html
NAICS: 561990. Provide a full range of environmental and
related services to customers of the U.S. Army Corps of Engineers. The
environmental services generally consist of environmental compliance,
environmental restoration, environmental conservation, and pollution
prevention. The contractor shall furnish all materials, equipment,
supplies, personnel, and all other services required to perform the
environmental services outlined in this statement of work and as
specifically identified in the individual task orders. The services
required by this contract will be provided for the customers of the U.S.
Army Corps of Engineers, South Atlantic Division, and the Southeastern
Regional Environmental Office on the Installation Management Command
(SERO). This includes the states of Georgia, South Carolina, North
Carolina, Florida, Alabama, Tennessee, Mississippi, Kentucky, and the
territories of Puerto Rico and the Virgin Islands. However, work can be
awarded for projects located outside of the SERO geographical boundary in
order to align with the geographical area of responsibility of a customer.
While the SERO establishes the primary geographical area of responsibility
for this contract, it is not limited to only Army customers. The Contractor
may be required to perform tasks on-site or at their own facilities.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=abc209178b9fa5fb469e286ee9e85e78&tab=core&_cview=0
Posted: 07/07/09
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, U.S. Army
Engineer District, Savannah, Attn: CESAS-CT, PO Box 889, Savannah, GA 31402-0889
PUBLICATION DATE: July 9, 2009
ISSUE: FBO-2782
CONSTRUCTION AT FORT LEONARD WOOD WASTE WATER TREATMENT PLANT (PRESOL)
SOL: W912DQ09B4004
DUE: 082509
POC: Shelton L Watson, 816-389-3727, E-MAIL: shelton.l.watson@usace.army.mil
POP: US Army Engineer District,
Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street
Kansas City, MO 64106-2896. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ09B4004/listing.html
NAICS: 237110. This project is a Total Small Business Set Aside. The
Government will only accept bids from Small Businesses. U.S. Army Corps of
Engineers, Kansas City District, intends to issue an Invitation for Bid
(IFB) solicitation for construction at Fort Leonard Wood, Pulaski County,
Missouri using Lowest Price. This IFB will result in a Firm-Fixed Price
Contract. This project is to add a Moving Bed Bioreactor (MBBR) process to
the treatment train of the Fort Leonard Wood waste water treatment plant
such that the plant will meet the new ammonia discard requirements listed
in the new state of Missouri operating permit. The MBBR will be located in
the treatment process after the secondary clarifiers and before the sand
filters. The MBBR will consist of two parallel trains of two aerated
reactor vessels (total of 4 reactors) through which the secondary clarifier
effluent will flow. The estimated period of performance for completion of
construction and final cleanup is 195 calendar days from Notice to Proceed.
The successful offeror will be required to furnish all labor, materials,
permits, equipment and services necessary to manage and accomplish the
designated construction, recommending a solution and remediation of any
problems in a timely and efficient manner. The estimated magnitude of this
project is between $5,000,000 and $10,000,000. The North American
Classification System (NAICS) Code for this project is: 237110. Small
Business size standard for this project is: $33,500,000. At this time, no
pre-solicitation conference is planned for this solicitation. If the
government does elect to hold a pre-solicitation conference, the
pre-solicitation announcement will be modified accordingly. An organized
site visit will be announced at a later date. Upon announcement of the
organized site visit, attendees should arrive early to allow time to pass
through security. You must present a valid drivers license, current vehicle
registration and proof of insurance to obtain a vehicle pass. The
solicitation will be available on or about 22 July 2009 and proposals will
be due on or about 25 Aug 2009, 14:00 pm (CST). The solicitation including
any amendments shall establish the official opening and closing date and
time. This solicitation with plans, specifications, and any amendments,
will be published in electronic format on FedBizOpps https://www.fbo.gov.
There will be no printed hard copies or CD-ROM Disks provided by this
agency. Note: Plan Rooms, Printing Companies, and various Trade
Associations frequently register as Plan Holders for electronic
solicitations and make them available in printed or CD-ROM format for a
fee. Potential offerors with limited printing or downloading capabilities
should consider these alternatives. Offerors are responsible for checking
the website frequently for any update(s) to this Pre-Solicitation
Announcement or amendments to the Solicitation. The website is occasionally
inaccessible due to maintenance. The government is not responsible for any
loss of internet connectivity or for an offerors inability to access the
document at the referenced website. CCR requirements: Prior to submitting a
proposal, offerors must be actively registered in the Central Contractor
Registration (CCR) system, including creation of an MPIN number.
Registration instructions maybe obtained, and online registration may be
accomplished at www.ccr.gov or by calling Registration Assistance Center at
1-888-227-2423. By submitting an offer, the offeror 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. Refer to CCR clause 252.204-7004. Prospective contractors
must be registered with CCR prior to award of any contract. ORCA
Requirement: There is a new federal initiative called Online
Representations and Certifications Application (ORCA). 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 (FAR) and previously found in Section 00600
of construction solicitations. According to FAR case 2002-024, vendors are
required to use ORCA beginning 01 January 2005. To be eligible for a
contract award and prior to submitting an offer, a firm must be registered
in the database. Please register your Representations and Certifications at
https://orca.bpn.gov/. Detailed information can be found in cited FAR case,
as well as by visiting the help section of the ORCA website. The help
section includes background information, frequently asked questions, the
ORCA handbook, and a phone number to call for assistance. VETS-100
Requirement: Per Federal Acquisition Regulations (FAR) part 22.1303 all
offerors must complete their VETS-100 report via the Department of Labor
website at https://vets100.vets.dol.gov/ to be eligible for award. Points
of Contact: The point of contact for all questions/inquiries is Shelton L.
Watson and can be reached by phone at (816)389-3727 or by email at
Shelton.L.Watson@usace.army.mil. Contracting Office Address: US Army Corps
of Engineers, Kansas City District, ATTN: CECT-NWK-M, 700 Federal Building
601 E. 12th Street, Kansas City, MO 64106-2896 Place of Performance: Fort
Leonard Wood, Kansas 65473.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=af9e213e53c83746e83e2f682d15e720&tab=core&_cview=0
Posted: 07/07/09
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: July 9, 2009
ISSUE: FBO-2782
IDIQ CONTRACT FOR ENVIRONMENTAL SERVICES IN SUPPORT OF VARIOUS MIL/CIV
WORKS, & INT'L & INTERAGENCY (IIS) PROJECTS WITHIN SOUTHWEST DIVISION (SWD)
BOUNDARIES AND FOR TULSA DISTRICT CUSTOMERS. - SOLICITATION 1 (MOD)
SOL: W912BV-09-R-2020
DUE: 080409
POC: Diane Cianci, 918-669-7458, E-MAIL: Diane.Cianci@usace.army.mil
POP: US Army Engineer District, Tulsa ATTN: CESWT-CT, 1645 South 101st East Avenue Tulsa OK 74128-4609.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-09-R-2020/listing.html
NAICS: 541620. W912BV-09-R-2020 SYNOPSIS SUBJECT:
THIS ACQUISITION IS SET-ASIDE FOR HUBZONE SMALL BUSINESSES. This
is a Request For Proposal (RFP) for a Single Award Indefinite Delivery/Indefinite
Quantity Contract (SATOC IDIQ) for Environmental Services in
support of various Military, Civil Works, and International and Interagency
Support (IIS) projects within Southwest Division (SWD) Boundaries and for
Tulsa District customers. A majority of the work will be located within
Oklahoma, Kansas, and Texas, but may encompass work in other states covered
by the geographic region included in the SWD boundaries and other SWD
customers. The resulting contract will be negotiated and awarded with a
base contract period of one year and up to four option periods, and a total
contract value of not more than an estimated $19.5 million. The contract
shall continue as option periods are exercised at the sole discretion of
the Government for a time period not to exceed 5 calendar years in total,
or upon obligation of the total value of the contract, whichever occurs
first. The minimum guaranteed amount of the base year is $30,000; there is
no minimum guarantee for any subsequent option years. All services required
under this contract shall be described in an individual scope of work which
may include, but not necessarily be limited to, the following types of
tasks: environmental investigation, environmental compliance, environmental
analysis, environmental program management, laboratory testing,
environmental and occupational safety and health compliance audits and
training, environmental assessments, environmental data inventories,
hazardous and regulated waste management, permit applications,
environmental services, ordinance and explosives avoidance, and resource
conservation support under various Department of Defense (DOD) directives
and environmental statutes. Environmental sampling of various media (e.g.,
surface water, sediment, groundwater, surface and subsurface soils, air,
regulated and non-regulated toxic substances) may be conducted to support
requested investigations, inventories, or assessments. Work shall involve
multi-disciplinary environmental services for any of a variety of military
and civil work entities. Military entities may include military
installations, commands or facilities operated by, leased to, or
administered by the United States Government, including, but not
necessarily limited to the Installation Management Agency, Army
Environmental Command, National Guard, United States Air Force (USAF),
United States Navy, United States Army, and Army Reserves. Civil work
support may be performed for Federal agencies, including, but not
necessarily limited to, the USACE, General Services Administration, Federal
Aviation Administration, Immigration and Naturalization Service, Bureau of
Land Management, Department of Homeland Security, Veterans Administration
and Department of State.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=7005dd29bc6cab16fc9809aadfd5d20c&tab=core&_cview=0
Posted: 07/07/09
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, U.S. Army
Engineer District, Tulsa, ATTN:
CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
PUBLICATION DATE: July 9, 2009
ISSUE: FBO-2782
IDIQ CONTRACT FOR ENVIRONMENTAL SERVICES IN SUPPORT OF VARIOUS MIL/CIV
WORKS, & INT'L & INTERAGENCY (IIS) PROJECTS WITHIN SOUTHWEST DIVISION (SWD)
BOUNDARIES AND FOR TULSA DISTRICT CUSTOMERS. - AMENDMENT 1 (MOD)
SOL: W912BV-09-R-2021
DUE: 073109
POC: Diane Cianci, 918-669-7458, E-MAIL: Diane.Cianci@usace.army.mil
POP: US Army Engineer District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue Tulsa OK 74128-4609.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-09-R-2021/listing.html
NAICS: 541620. W912BV-09-R-2021 SYNOPSIS SUBJECT:
THIS ACQUISITION IS SET-ASIDE FOR SMALL BUSINESSES. This is a
Request For Proposal (RFP) for a Single Award Indefinite Delivery /
Indefinite Quantity Contract (SATOC IDIQ) for Environmental Services in
support of various Military, Civil Works, and International and Interagency
Support (IIS) projects within Southwest Division (SWD) Boundaries and for
Tulsa District customers. A majority of the work will be located within
Oklahoma, Kansas, and Texas, but may encompass work in other states covered
by the geographic region included in the SWD boundaries and other SWD
customers. The resulting contract will be negotiated and awarded with a
base contract period of one year and up to four option periods, and a total
contract value of not more than an estimated $20 million. The contract
shall continue as option periods are exercised at the sole discretion of
the Government for a time period not to exceed 5 calendar years in total,
or upon obligation of the total value of the contract, whichever occurs
first. The minimum guaranteed amount of the base year is $30,000; there is
no minimum guarantee for any subsequent option years. All services required
under this contract shall be described in an individual scope of work which
may include, but not necessarily be limited to, the following types of
tasks: environmental investigation, environmental compliance, environmental
analysis, environmental program management, laboratory testing,
environmental and occupational safety and health compliance audits and
training, environmental assessments, environmental data inventories,
hazardous and regulated waste management, permit applications,
environmental services, ordinance and explosives avoidance, and resource
conservation support under various Department of Defense (DOD) directives
and environmental statutes. Environmental sampling of various media (e.g.,
surface water, sediment, groundwater, surface and subsurface soils, air,
regulated and non-regulated toxic substances) may be conducted to support
requested investigations, inventories, or assessments. Work shall involve
multi-disciplinary environmental services for any of a variety of military
and civil work entities. Military entities may include military
installations, commands or facilities operated by, leased to, or
administered by the United States Government, including, but not
necessarily limited to the Installation Management Agency, Army
Environmental Command, National Guard, United States Air Force (USAF),
United States Navy, United States Army, and Army Reserves. Civil work
support may be performed for Federal agencies, including, but not
necessarily limited to, the USACE, General Services Administration, Federal
Aviation Administration, Immigration and Naturalization Service, Bureau of
Land Management, Department of Homeland Security, Veterans Administration
and Department of State.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=33056c6329f482d8e6b624e57ce7e5c8&tab=core&_cview=0
Posted: 07/07/09
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, U.S. Army
Engineer District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
PUBLICATION DATE: July 9, 2009
ISSUE: FBO-2782
ENVIRONMENTAL RESTORATION SERVICES FOR MISCELLANEOUS SERVICES INCLUDING
ARCHITECT-ENGINEER (A-E) SERVICES, ENVIRONMENTAL MANAGEMENT CONSULTING
SERVICES, RESTORATION AND REMEDIATION SERVICES - NATIONAL OCEANIC AND
ATMOSPHERIC ADMINISTRATION (NOAA) (SNOTE)
SOL: NFFKHC30-9-02068PWS
DUE: 080609
POC: Pamela L. Stichweh, 816-426-2067, E-MAIL: pamela.l.stichweh@noaa.gov ; Jackie S Smith,
816-426-2068, jacqueline.s.smith@noaa.gov
POP: F/HC3, 1315 East-West Highway, Silver Spring, MD 20910.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DOC/NOAA/CASC/NFFKHC30-9-02068PWS/listing.html
NAICS: 562910. ENVIRONMENTAL RESTORATION SERVICES FOR MISCELLANEOUS SERVICES INCLUDING
ARCHITECT-ENGINEER (A-E) SERVICES, ENVIRONMENTAL MANAGEMENT CONSULTING
SERVICES, RESTORATION AND REMEDIATION SERVICES, AND RELATED WORK ASSIGNED
TO THE NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION (NOAA), OFFICE OF
HABITAT CONSERVATION (OHC), RESTORATION CENTER (RC) SILVER SPRING MD AND
EASTERN REGION ACQUISITION DIVISION (ERAD - KANSAS CITY), LOCATED IN KANSAS
CITY, MISSOURI. Solicitation No. NFFKHC30-09-02068
POC: Pam Stichweh,
Contracting Officer, 816-426-2067 or Dr. Erik Zobrist, Program Manager,
301-713-0174 ext. 138. 1. CONTRACT INFORMATION: Selection will be made for
at least one Small Business Set-aside and at least one Full and Open
Competition Contract. The contract(s) will be Indefinite Delivery type
Services Contracts having a five-year period of performance with no
options. Individual task orders under the contract(s) will be of the
cost-plus fixed fee or firm-fixed price type. The Joint Total Acquisition
Value (JTAV) for these contracts is $9,975,000.00. Each task order will not
be limited other than the contract value. The contract(s) will have a
guaranteed minimum of $25,000 for the contract period. Federal Acquisition
Regulation (FAR) Part 36.6 (Brooks Act) procedures will be used to acquire
these services. If more than one contract award is made, then multiple
award procedures in accordance with Federal Acquisition Regulation (FAR)
16.505(b) will be utilized to the maximum extent practicable to provide a
fair opportunity to be considered for each task order. Vendors may only
receive one (1) contract as a result of this solicitation. The following
criteria may be used in allocating orders: (1) Performance; (2) Quality of
deliverable; (3) Current contract capacity; (4) Specialized experience; (5)
Past Performance; and (6) Other related factors. Exceptions to this
procedure are found in FAR 16.505(b)(2). It is anticipated that at least
the first contract will be awarded in the first or second quarter, FY2010.
One or more months may elapse between the contract awards. NAICS 562910.
Small business size standard is 500 employees. NAICS 562910 - Environmental
Remediation Services. 2. a) For SBA assistance as a small business concern
in the industry of Environmental Remediation Services, other than for
Government procurement, a concern must be engaged primarily in furnishing a
range of services for the remediation of a contaminated environment to an
acceptable condition including, but not limited to, preliminary assessment,
site inspection, testing, remedial investigation, feasibility studies,
remedial design, containment, remedial action, removal of contaminated
materials, storage of contaminated materials and security and site
closeouts. If one of such activities accounts for 50 percent or more of a
concern's total revenues, employees, or other related factors, the
concern's primary industry is that of the particular industry and not the
Environmental Remediation Services Industry. b) For purposes of classifying
Government procurement as Environmental Remediation Services, the general
purpose of the procurement must be to restore or directly support the
restoration of a contaminated environment. This includes activities such as
preliminary assessment, site inspection, testing, remedial investigation,
feasibility studies, remedial design, remediation services, containment,
and removal of contaminated materials or security and site closeouts. The
general purpose of the procurement need not necessarily include remedial
actions. Also, the procurement must be composed of activities in three or
more separate industries with separate NAICS codes or, in some instances
(e.g., engineering), smaller sub-components of NAICS codes with separate
and distinct size standards. These activities may include, but are not
limited to separate activities in industries such as: Heavy Construction;
Special Trade Contractors; Engineering Services; Architectural Services;
Management Consulting Services; Hazardous and Other Waster Collection;
Remediation Services; Testing Laboratories; and Research and Development in
the Physical, Engineering, and Life Sciences. If any activity in the
procurement can be identified with a separate NAICS code, or component of a
code with a separate distinct size standard, and that industry accounts for
50 percent or more of the value of the entire procurement, then the proper
size standard is the one for that particular industry, and not the
Environmental Remediation Service size standard. This procurement includes
work under at least three NAICS codes, none of which accounts for 50
percent or more of the procurement. 3. PROJECT INFORMATION: The contracts
will include assessments, investigations, design, and engineering services
leading to and including services for construction oversight activities and
overall project management of these services, in support of the NOAA
National Marine Fisheries Service (NMFS)'s Restoration Program which is a
nationwide program and on an as needed basis, with other entities within
NOAA. Firms responding to this solicitation are required to hold
Architect-Engineer and Land Surveyor licenses to perform the services
nationwide or demonstrate the ability to acquire the required licensed
discipline(s) prior to task orders being issued. This program supports
habitat restoration projects in coordination with various federal, state
and local agencies. The majority of the workload is anticipated to be
habitat and living marine resource restoration projects for the NMFS. Each
contract will require work to be performed by firms experienced in a broad
field of environmental restoration planning, design, implementation,
construction oversight and compliance monitoring. Services required may
include, but are not limited to the following: • Assessment studies
(including topographic, ecologic, hydrologic, geo-technical, contaminated
materials, hydrogeological marine, estuarine, oceanographic, and wetlands,
flora and fauna biology); • Site surveys and sampling which may
require the availability of a boat and global positioning system (GPS)
technology and soil, sediment and/or water sampling equipment; •
Landscape architecture for project design; • Civil engineering for
preparing project designs, construction plans, and permit applications as
needed for federal, coastal state and local regulatory authorities with all
required details, specifications and graphics; • Construction
oversight and project coordination with restoration project or case
managers representing the natural resource trustees or serving as leads on
other NOAA/NMFS project types. Supporting studies on the physical,
biological, and anthropogenic effects of a proposed habitat protection or
restoration action may also be required. Specific biological and
environmental analyses may include but are not limited to conducting or
preparing: • Baseline ecological assessments and evaluating present or
future environmental changes; • Bathymetric and topographic surveys;
• Wetland delineation and functional assessments; • Phase I and
II environmental audits; • Cultural resources assessments; •
Socio-economic impact analyses specific to coastal and/or marine habitat
protection and restoration activities; • Aerial habitat imagery
surveys, GIS mapping, and other computer-aided habitat evaluation
technologies; • Ecological modeling including hydrological and
hydraulic evaluations (using 1, 2, and 3-D models), water quality, sediment
or contaminant transport, and tidal or marine currents; • Bio- and/or
geo-technical investigations and feasibility studies; • Soil, water,
coastal or marine contaminant investigations and remediation or pollution
abatement planning; and • Preparing documentation needed for local,
state, and federal environmental regulatory compliance including but not
limited to the National Environmental Policy Act (NEPA); the Endangered
Species Act, Section 106 of the National Historic Preservation Act, the
Clean Water Act, and Essential Fish Habitat items under the
Magnuson-Stevens Act; • Construction designs and engineering reports
with details, specifications and graphics for permit applications; •
Real estate site assessments for property transfer (i.e., land appraisal,
Phase 1 and Phase 2 assessments, vicinity maps, deed and title searches,
etc.); • Expert witness services; • Evaluation of restoration
alternatives and projects related to the natural resource damage assessment
process, including participation in public meetings. For on-site
investigations, firms must provide and document personnel with current
safety training, as required by the Occupational Safety and Health
Administration (OSHA). Companies must be capable of performing work on a
wide variety of sites in a manner that complies with federal, state, and
local regulations and laws, and within the time frames required. •
Environmental training and restoration project development workshops. 3.
PRIMARY SELECTION CRITERIA: Primary selection criteria are listed below in
descending order of importance. a. Specialized Experience and Technical
Competence: (FAR 36.602-1(a)(2)). On SF330, list current projects or
projects completed in the past five (5) years and whether the experience is
that of the prime (or joint venture) or from an office other than that
experience for this project. Section H may be used for additional
information. The board will evaluate the specialized experience on similar
projects and the technical capabilities of the prime firm and any
subcontractors. The effectiveness of the proposed project team (including
management structure, coordination of disciplines, offices and/or
subcontractors, and prior working capabilities) will also be evaluated.
Work cited that is experience of prime (or joint venture) from an office
other than that experience for this project is to be evaluated as follows
(All specialized experience factors are listed in descending order of
importance): (1) Investigation, study, design, regulatory compliance and
construction phase services and monitoring of a variety of habitat
restoration, protection and enhancement projects. Experience must
demonstrate wide-ranging capabilities for diverse projects in various
geographical areas of U.S. including a wide range of habitats supporting
marine, estuarine, and anadromous fishery resources. Demonstrated recent
experience of the prime or the joint venture firms in the assessment,
design, permitting, construction oversight, and monitoring of habitat
restoration sites will have the greatest weight. Examples of typical
projects include, but are not limited to: • tidal and non-tidal
wetlands restoration; • stream restoration including designing
channels and flood plains and addition of fish habitat structures; •
riparian revegetation; • designing and implementing the removal of,
modifications to, or replacement of physical barriers (especially dams and
culverts) to anadromous fish passage; • designing road retirement and
removal and related habitat restoration; • coastal floodplain/wetland
restoration design and pertinent construction techniques; • riparian
fencing; • intertidal mud and sand flat restoration; • tidal and
riverine hydrology modification; • fish and shellfish stock
enhancement; • dredge and fill type habitat restoration projects in
tidal areas; • coral reef restoration projects; • barrier
island/barrier headland restoration projects; • exotic vegetation
removal projects; • river diversion projects (e.g., crevasse
projects); • oyster reef construction projects; • derelict vessel
and marine debris removal; and • submerged aquatic vegetation
restoration projects. The firm's experience and technical competence shall
include: a. Technical assessments including plant and animal population and
community assessments; ecological site characterization; cultural resources
assessment; bathymetric and topographic surveying; ecological modeling
including hydrodynamic models, water quality models, sediment transport
models, ecological models and landscape models; socioeconomic impact
assessments of coastal or marine habitat restoration projects, and
geo-technical investigations. b. Restoration planning, engineering and
design, engineering details and specifications, sequence of construction,
bid packages and regulatory permit applications, and in compliance with
federal, state, and local regulations and regulatory processing. c.
Organization, facilitation and participation in public meetings, hearings
and outreach programs. d. Environmental documentation in accordance with
the National Environmental Policy Act (NEPA) to include preparation of
Environmental Assessments and Environment Impact Statements. e.
Construction oversight and inspection of restoration projects. f.
Monitoring of project performance for both engineering components and
ecological/environmental components. g. Site assessment (Phase I and Phase
II) which includes performing surveys and compile required documentation
for property transfer or sale; compliance review which include the
evaluation of installations and practices; provide feedback, training, and
report; ensure budget requests reflect all corrective actions; management
audits - consistency with environmental compliance objectives; identify
elements of risk; risk assessment to ascertain pathways of transport and
exposure and risk to the environment; preliminary assessments/site
investigations and hazardous materials and waste information to provide
assistance with identification and storage of hazardous materials and
guidance on proper hazardous waste disposal. h. In the aftermath of an
emergency incident (i.e., oil spill, chemical release, vessel grounding,
storm event or other related incident) professional services may be needed
to rapidly plan, coordinate, perform, and/or subcontract to and oversee a
firm that can implement certain specifically identified small-scale
emergency restoration projects. (2) Demonstrated quality management
procedures for restoration projects. Include a proposed staff team
organizational chart with specificity on the team's regional project
management structure and a narrative description of personnel
responsibilities and how the quality management/quality control procedures
will function and be monitored for performance (A detailed quality control
plan shall be submitted by the A-E as part of the negotiations process).
(3) Knowledge of and familiarity with statutes, regulations and practices
pertaining to coastal and marine environmental work. Knowledge of and
familiarity with federal, state and local environmental laws, regulations
and policies. b. Professional Qualifications (FAR 36.602-1(a)(1). Personnel
by discipline should show the entire proposed team by listing personnel
from the prime contract and personnel from subcontractors/teaming
arrangement. The board will evaluate, as appropriate, the education,
skills, training, registrations, overall and relevant experience, and
longevity with the firm of key management and technical personnel. If all
disciplines listed below are not within the firm and/or teaming
arrangement, a detailed explanation of how these disciplines will be
acquired, when necessary, shall be clearly addressed. This evaluation
criterion focuses primarily on the qualifications of the key personnel and
not the number of personnel, which is addressed under the capacity
criterion (3c). Responding firms should demonstrate the professional
qualifications in these primary disciplines. The states of professional
registration and certification of each team member must be included on each
resume. A summary matrix that displays the discipline, degree, years of
experience, state(s) of registration/certification and physical office
location in each of the specialized experience categories for each person
on the proposed team is encouraged. (1) Biologist (2) Aquatic and Fishery
Ecologist (3) Environmental Scientist (4) Civil Engineer (5) Landscape
Architect (6) Structural Engineer (7) Coastal and River Geomorphologist (8)
Planner (9) Computer-Aided Drafting and Design Operator (10) Hazardous
Waste Specialist (11) Geotechnical Engineer (12) Environmental Chemist (13)
Toxicologist (14) Environmental Engineer (15) Historian (16) Archeologist
(17) Geologist (18) Geochemist (19) Geohydrologist or Hydrologist (20)
Meteorologist (21) Economist (22) Technical Writer (23) Land Surveyor and
Title Searcher (24) Quality Assurance/Quality Control Officer (25)
Environmental Attorney (26) Project/Contract Management (27) Cost Engineer
(28) Risk Assessor (29) Community Relations (30) Statistician (31) Computer
Scientist (32) Coastal Engineer (33) Ocean Engineer c. Location in general
geographic area of the project, and knowledge of the locality of the
project. (FAR 36.602-1(a)(5)). A firm does not have to be located close to
a proposed NMFS project, but must be familiar with the regional
bio-physical conditions and political jurisdictions of the coastal United
States (U.S.), including the Great Lakes states and U.S. Territories where
NMFS has authority to conduct this work. Firms with physical office
locations and qualified project managers within NMFS' Regions are
preferred. Preferred examples include specific protection and restoration
knowledge and relevant project experience with coastal federal, state and
local regulatory agencies, acquired from consulting with and permitting for
the activities in coastal areas as described above in section 3.a.(1)
"specialized experience and technical competence". This includes local
geological features, ecological communities, climatic conditions and local
construction methods that are regionally unusual or unique. Emphasis will
be placed on the firm's knowledge of NOAA/NMFS habitat protection and
restoration projects. d. Capacity (FAR 36.602-1(a)(3)). The board will
consider each firm's experience with similar size projects and the
available capacity of key disciplines when evaluating the capacity of a
firm or team to perform the work in the required time. Since it may be
difficult for a firm to accurately predict required staffing based on the
information in this synopsis, a firm will not be disqualified or downgraded
because of its proposed number of personnel for a project shown on SF330.
Instead, the board will consider the total strength of the key disciplines
in the prime firm and its consultants in the designated regional offices
proposed to perform the work, in relationship to the firms' current
workloads. e. Past Performance: SF330, Section F. Cite examples of
performance on contracts with Government agencies and private industry in
terms of cost control, quality of work, and compliance with performance
goals and schedules. You may include customer satisfaction such as
recognition for technical achievements, cost savings or commendations
received by your team for projects similar to those being requested in this
synopsis. Firms shall provide at least three (3) but no more than ten (10)
contact persons (and phone numbers) who were involved with the project(s)
being profiled. Responses will be evaluated to determine (1) ability to be
cost-effective, (2) ability to remain on schedule and provide high quality
services; and (3) customer satisfaction. 4. SECONDARY SELETION CRITERIA.
The following secondary criteria will not be applied by the pre-selection
board, and will only be used by a selection board as a "tie-breaker" if
necessary, in ranking the most highly qualified firm(s)/team(s). The
secondary criteria will not be applied with the primary criteria in any
type of scoring or evaluation system. The secondary selection criteria are
listed below in descending order of importance. a. Small Business (SB) and
Small Disadvantaged Business (SBD) Participation (FAR 19.7) The extent of
participation of SB, SDB, Historically Black Colleges and Universities
(HBCU), Veteran Owned (VA), HUB Zone and Minority Institutions (MI) will be
measured as a percentage of the total anticipated contract effort,
regardless of whether the SB, SDB, HBCU, VA, HUB or MI is a prime
contractor, subcontractor, or joint venture partner; the greater the
participation, the greater the consideration. Large businesses will be
expected to place subcontractors to the maximum practical extent with Small
and Small Disadvantaged firms in accordance with Public Law 95-507. Of the
subcontract amount, goals assigned to NOAA are 51.5% for small business,
12.00% for small disadvantaged business, 8.50% for Women-Owned Business, 3%
for Veteran Owned Small Business, 3% for Hubzone small business and 3% for
Service Disabled Veteran Owned Small Business concerns. For informational
purposes, the small business size standard for this solicitation is NAICS
562910 (Environmental Remediation) applies to this acquisition, with a size
standard of 500 employees. b. Large Business firms who are short-listed
will be required to submit a subcontracting plan as part of the interview.
5. SUBMITTAL REQUIREMENTS: To be considered, interested firms must submit
the following no later than 3:00 p.m. CDT on August 6, 2009 to the
following: One (1) submittal package with one (1) ORIGINAL SF330 and one
(1) electronic CD copy of the SF330, and one (1) email submission of your
SF330 package to: U.S. Department of Commerce, NOAA/ERAD-Kansas City, Rm
1756, ATTN: Pam Stichweh, 601 E. 12th Street, Kansas City, MO 64106, and
email address pamela.l.stichweh@noaa.gov; AND TWO (2) hard copies and five
(5) CD's of the SF330 to: NOAA/NMFS, Attn: Erik Zobrist, F/HC3, 1315
East-West Highway, Silver Spring, MD 20910. Please note the two different
delivery points. Also, if you intend to hand deliver your submissions both
delivery points have security processes that must be followed. Allow
sufficient time to clear security. NOTE: Delivery of the hard copy and CD
of the SF330 package to the Kansas City address shall be used for the
purposes of determining timeliness of submission. In the SF 330, Part I,
Section F, cite whether the experience is that of the prime (or joint
venture), consultant or an individual. Work cited that is experience of the
prime (or joint venture) from an office other than that identified in Block
21 shall be so labeled. Offeror must provide adequate documentation to
illustrate the extent of participation of the proposed team in terms of the
percentage of the total anticipated contract effort. Copies of the SF 330,
Part II, for the prime firm and all consultants shall be included in the SF
330. Include the firm's ACASS number, if applicable in Section H of the SF
330. Part I is limited to fifty (50) pages. Double-sided sheets count as
two pages. For all SF 330 sections, use no smaller than 10 pt. font.
Proposing firms are responsible for supplying information concerning each
evaluation factor, including copies of any professional certifications or
licenses. Joint Ventures (JV), Limited Liability Companies (LLC), and
Limited Partnerships (LTD) shall submit the following additional
documentation regarding their business entities: a. A copy of the JV, LLC
or LTD agreement. b. A detailed statement outlining the following in terms
of percentages where appropriate:(1) The relationship of the
team/partners/parties in terms of business ownership, capital contribution,
profit distribution or loss sharing.(2) The management approach in terms of
who will conduct, direct, supervise, and control.(3) The structure and
decision-making responsibilities of the partners/parties in terms of who
will control the manner and method of performance of work.(4) Identify (by
name and title) the personnel having the authority to legally bind the
partners/parties (including authority to execute the contract documents).
c. A list of partners/parties, to include company name, DUNS and CAGE
numbers, address, point of contact, Email address, phone number and
facsimile number. A minimum of three firms will be short-listed and invited
to make a formal presentation to, and/or interviewed by telephone, by the
selection board. After interviews, the firms selected for contract
negotiation shall be determined through an order of preference based on
demonstrated competence and qualifications necessary for the satisfactory
performance of the type of services required. Negotiations shall be
conducted beginning with the most preferred firm(s) in the final selection.
Release of firm's status will occur within 10 days after approval of any
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. Solicitation packages are not provided. This is not a
request for a proposal for a specific project. A separate solicitation
shall be used to request proposals from the firm or firms selected. To be
eligible for contract award, a firm must be registered in the Central
Contractors Registration (CCR) database. Register via the CCR Internet site
at http://www.ccr.gov or by contacting CCR at: Federal Service Desk (8am -
8pm Eastern Time) at 866-606-8220 or 334-206-7828. In order to register
with the CCR, all firms must have a Dun & Bradstreet number. A Dun &
Bradstreet number may be acquired free of charge by contacting Dun &
Bradstreet on-line at: https://eupdate.dnb.com/requestoptions.asp or by
phone at (888) 814-1435. The Federal Integrated Acquisition Environment
(IAE) initiative called Online Representations and Certifications
application (ORCA). 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. According to the
language in FAR case 2002-024, vendors are required to use ORCA beginning
01 January 2005. Detailed information can be found by visiting the Help
section of the ORCA website at http://orca.bpn.gov. VETS-100 Requirement:
Per Federal Acquisition Regulations (FAR) part 22.1303 all firms must
complete their VETS-100 report via the Department of Labor website at
https://vets100.vets.dol.gov/ to be eligible for award. QUESTIONS:
Solicitation packages are not provided. Phone calls to discuss the
solicitation are discouraged unless absolutely necessary. Personal visits
for the purpose of discussing this solicitation are not allowed. All
questions must be directed, via email, to Pam Stichweh, Contracting
Officer at pamela.l.stichweh@noaa.gov. Any official communications shall be
published in FedBizOpps. Vendors should register as Interested Vendors to
ensure receipt of updated information.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=dc49cb4a1f1d2775f1e616358e975989&tab=core&_cview=0
Posted: 07/06/09
SPONSOR: Department of Commerce, National Oceanic and Atmospheric
Administration (NOAA), Central Region Acquisition Division, 601
East 12th Street, Room 1756, Kansas City, Missouri, 64106
PUBLICATION DATE: July 8, 2009
ISSUE: FBO-2781
EMERGENCY RESPONSE SERVICES FOR DMEA (MOD)
SOL: H94003-09-T-0005
DUE: 071609
POC: Lindsay Cox, 916-231-1565, E-MAIL: cox@dmea.osd.mil ; Linda Baustian, 916-231-1658,
baustian@dmea.osd.mil
POP: 4234 54th St, McClellan, CA 95652. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/ODA/DMEA/DMEA/H94003-09-T-0005/listing.html
NAICS: 562910. This is a combined
synopsis/solicitation for commercial services prepared in accordance with
the format in FAR Subpart 12.6 as supplemented with additional information
included in this notice. This announcement constitutes the solicitation.
The NAICS Code is 562910 with a size standard of $14 M. The reference
number is H94003-09-T-0005. This requirement is to provide emergency
response services to Defense Microelectronics Activity (DMEA), 4234 54th
St, McClellan, CA. The emergency response provider will provide
containment, clean-up, remediation, and/or hazardous materials/waste when
requested by DMEA. The purpose of this contract is to provide emergency
response to DMEA in the event that these services would be required. The
emergency response provider shall be required to provide containment,
clean-up, remediation, and disposal of hazardous materials/waste resulting
from a spill or release of any of the hazardous materials stored or
processed at DMEA or transported from our facility to another site.
Requirements: The emergency response contractor must have technically
qualified personnel on the emergency response team. The personnel must be
adequately trained and have sufficient experience to handle any type of
spill or release that might be encountered at DMEA (see attached chemical
list). This shall include the technical services of a certified industrial
hygienist, chemist, environmental engineer, certified health physicist,
etc. All emergency responders must have a minimum 40 hour HAZWOPER training
(compliance with 29 CFR 1910.120 and CCR, Title 8, 5192), and 1 year
experience of responding to various chemical spills within the state of
California. At the direction of DMEA, the contractor will be required to
respond to chemical spills/releases during the transportation of DMEA
hazardous wastes or materials. This could include responses anywhere along
the transportation routes and therefore the emergency contractor must have
multiple emergency response teams that would be able to respond within a
reasonable amount of time (3 hours or less). The contractor must have the
capability to respond at the discretion of DMEA to emergencies any time the
need arises. The requirement is for 24 hours a day, 7 days a week including
holidays and weekends. The contractor, at the direction of DMEA, will be
required to properly dispose of the hazardous wastes that are generated
from a spill/release. This includes as a minimum hazardous waste
characterization (if required), labeling/placarding, manifesting, and
transportation to a licensed hazardous waste disposal site. The emergency
response contractor must have a wide range of emergency response equipment
suitable for spill containment and clean-up operations. This includes but
not limited to vehicles/vacuum pumps to suction hazardous waste liquids
(concentrated acids and bases including hydrofluoric acid), hazardous waste
drums/portable tanks, and personal protective equipment up to and including
Level A suits. The emergency response service provider shall provide DMEA
with a single call number that will activate an emergency response team
with the capability to properly handle any type of spill/release that could
be encountered at DMEA. DMEA must be able to speak with a "live" member of
the emergency response team who is knowledgeable regarding hazardous
materials and emergency response and not to a dispatch service (operator)
who would have to contact others to response to technical questions. The
person who answers the emergency telephone call shall have as a minimum 40
hour HAZWOPER training and one year experience responding to chemical
spills. The emergency response time shall not be greater than three hours
from the time the emergency response call is initiated by DMEA. The
preference is to have the emergency response team on-site as soon as
possible, but within 1 to 2 hours from the time the emergency response
contractor is notified. All responders must comply with all federal, state,
and local requirements including the mandated training requirements. The
contractor shall not discuss the nature or extent of their involvement with
any incident involving DMEA facility, chemicals, or processes with any
other agencies (including the media) or other individuals without prior
permission from DMEA. The contractor shall have liability insurance. The
liability insurance shall be a minimum of $1,000,000 (USD). After the
emergency contractor has responded to an incident, the contractor shall
provide a written report within 48 hours to DMEA's Environmental, Health
and Safety Manager. This report shall include the nature and extent of the
spill/release, procedures to contain and/or mitigate the hazardous
chemicals, notifications made to any agencies, results of any sampling or
monitoring, and any other pertinent information related to the
spill/release as deemed necessary by DMEA. It is anticipated this contract
will be awarded as a time and materials contract. The duration of this
contract will be for the initial year that the contract/agreement is
consummated plus two option years. Proposal Submissions: A current
emergency response price schedule shall be provided to DMEA Contracting
(MEE). The price schedule shall include the labor rates for the different
positions (e.g. certified industrial hygienist, chemist, technician, etc.),
costs associated with the personal protective equipment (e.g. Level A
suits, Tyvek suits, gloves, respirators, etc.), costs for various types of
materials (e.g. overpack drums, booms, liners, etc.) and any other
miscellaneous supplies or equipment. Provide the list of names of
individuals with their education, experience and training as it pertains to
emergency response for those who could be requested to respond to a
chemical emergency at DMEA. Provide two examples of chemical emergencies
that the contractor was called upon to mitigate. These examples shall
include the nature and extent of the emergency response including the
containment and clean up; however, for privacy reasons the contractor does
not have include the name and location of the incident. Security: As a
Department of Defense facility, access to DMEA is limited to authorized US
citizens only. All emergency personnel responding to DMEA must be citizens
of the United States of America. A list of names of the potential emergency
responders must be provided in advance to DMEA and must be updated as
necessary. Emergency response personnel may require a background check
prior to working on-site. DMEA reserves the right to preclude access to our
facility any of the contractor personnel for security concerns. Selection
Criteria: The contractor shall be selected based upon best value from
qualified and responsive offerors. The selection criteria include
experience in emergency response within the semi-conductor industry,
equipment available, response team members' education/training, response
time, and costs. Award will be made to the lowest responsive, responsible
offer submitted in response to this requirement. The following FAR clauses
apply: 52.212-1, Instructions to Offerors - Commercial; 52.212-3, Offeror
Representations and Certifications-Commercial Items; 52.212-4 Contract
Terms and Conditions-Commercial Items, 52.212-5, Contract Terms and
Conditions required to Implement Statutes or Executive Orders-Commercial
Items, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend Term
of Contract. The Service Contract Act is applicable version 2005-2055 Rev
10. DPAS Rating is S10. For a complete copy of the requirement and list of
pertinent chemicals, send an email to Lindsay Cox at cox@dmea.osd.mil.
Offers shall be received in DMEA by 4:00pm (local time) 16 July 2009.
SEMI-CONDUCTOR PARTIAL LIST OF CHEMICALS/PHYSICAL AGENTS Organics: Acetone,
Dicholorethylene, Hexamethyldisilazane, Isopropyl alcohol, Propylene glycol
mono methyl ether acetate, Tetraethyl orthosilicate, Triethylborane.
Liquids (inorganic): Hydrogen peroxide, Phosphorus oxychloride. Acids:
Fluoroboric, Hydrobromic, Hydrochloric, Hydrofluoric, Nitric, Perchloric,
Phosphoric, Sulfuric. Bases: Ammonium hydroxide, Tetramethyl ammonium
hydroxide, Sodium Hydroxide. Gases: Ammonia, Arsine, Boron Trichloride,
Carbon tetrafluoride, Chlorine, Diborane, Dichlorosilane, Hexafluoroethane,
Hydrogen, Hydrogen Bromide, Krypton/Neon/Fluorine Mixture, Nitrogen,
Nitrogen Trifluoride, Nitrous Oxide, Oxygen, Ozone, Phosphine, Silane,
Sulfur hexafluoride, Tungsten hexafluoride. Physical Agents: LASERS: ANSI
Classes 4, 3A, & 2B. Radioactive Materials: Cesium 137, Cobalt 60.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=f2d29f49557f60d091f0fab882d750be&tab=core&_cview=0
Posted: 07/06/09
SPONSOR: Other Defense Agencies, Defense Microelectronics Activity, Defense
Microelectronics Activity, 4234 54th Street, McClellan, CA 90210
PUBLICATION DATE: July 8, 2009
ISSUE: FBO-2781
RECOVERY--REMEDIAL ACTION TAR CREEK SUPERFUND SITE SOURCE MATERIAL OU 4
SOL: EPW06021-ARRA3
POC: Michael A Pheeny, 214-665-2798, E-MAIL: pheeny.michael@epa.gov
POP: TAR CREEK SUPERFUND SITE OTTAWA COUNTY, PICHER, OK 74360. WEB:
FBO.gov Permalink at https://www.fbo.gov/spg/EPA/OAM/RegVI/EPW06021-ARRA3/listing.html
NAICS: 562910. THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS
OPPORTUNITY IS AVAILABLE ONLY TO REGION 6 RAC PROGRAM PRIME CONTRACTOR
CH2MHILL UNDER EPA CONTRACT EP-W-06021. ALL INTERESTED PARTIES NEED TO
CONTACT THE PRIME CONTRACTOR CH2M HILL AT 972.980.2170.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=ca340b3f42a1cfd8ecd5e8f8a26fce80&tab=core&_cview=0
Posted: 07/06/09
SPONSOR: Environmental Protection Agency, Office of Acquisition Management,
Region VI, 1445 Ross Avenue, Suite 1200, Dallas, Texas, 75202
PUBLICATION DATE: July 8, 2009
ISSUE: FBO-2781
RECOVERY--TARGETED BROWNFIELDS ASSESSMENTS (TBA) RFO #25 - COMBINED PHASE II
ENVIRONMENTAL ASSESSMENT AND UNDERGROUND STORAGE TANK REMOVAL AND CLOSURE
ASSESSMENT (SNOTE)
SOL: RFO25
POC: Christopher Nolte, E-MAIL: nolte.christopher@epa.gov
POP: Petrol Mart, 625
South Collins Street, Plant City, Hillsborough County, Florida and the
Ramco Service Center, 401 South Collins Street, Plant City, Hillsborough
County, Florida. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/EPA/OAM/HQ/RFO25/listing.html
NAICS: 541620. THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY
TO CONTRACTORS THAT HAVE BEEN AWARDED TARGETED BROWNFIELDS ASSESSMENTS
(TBA) CONTRACTS The purpose of this notice to announce the intention to
competitively award a Task Order from the Targeted Brownfields Assessments
(TBA) Contracts Request For Offer # 25. The period of performance will be
from August 17, 2009 though September 27, 2010. The contractor is to
conduct a Combined Phase II Environmental Assessment at the subject
properties in accordance with ASTM E-1903-97 (2002) "Standard Practice for
Environmental Site Assessments: Phase II Environmental Site Assessment
Process". In addition, conduct an Underground Storage Tank (UST) Removal
and a Closure Assessment according to the Florida Department of
Environmental Protection, Storage Tank System Closure Assessment
Requirements in Chapter 67-761, and Florida Administrative Code (F.A.C.).
If the tanks are found to have leaked and residual contamination remains, a
site-specific Analysis of Brownfields Cleanup Alternatives (ABCA)
describing clean up options and cost estimates for the clean up will be
tasked. The subject properties are the Petrol Mart, 625 South Collins
Street, Plant City, Hillsborough County, Florida and the Ramco Service
Center, 401 South Collins Street, Plant City, Hillsborough County, Florida.
The American Recovery and Reinvestment Act (ARRA) contains specific
acquisition requirements that must be met when using appropriated funds
from the Act, including the need for acquisitions to be in accordance with
the FAR and, to the maximum extent practicable, awarded as fixed-price (FP)
contracts using competitive procedures. However, the Office of Management
and Budget's guidance allows for the use of other than FP contracts.
Although the Agency's Office of Brownfields and Land Revitalization (OBLR)
contracts were not awarded as FP contracts, they were awarded
competitively, and each contract structure was selected to provide the
contractor with the greatest incentive for efficient and economical
performance, given the types of services to be performed. The existing OBLR
contracts have sufficient qualified acquisition personnel to provide
appropriate contract administration and oversight to monitor contract
performance to mitigate the Government's risk. In order to meet the
requirements of the Act in the most prudent business manner within the time
constraints imposed, existing OBLR contracts are the most appropriate
contractual vehicles consistent with Agency plans that promote the goals of
the ARRA. THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS
REQUIREMENT IS TO BE AWARDED TO EXISTING CONTRACTHOLDERS. REQUESTS AND/OR
INQUIRIES WILL NOT BE ANSWERED.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=63c91107f3ec5fc09790879ba3593b84&tab=core&_cview=0
Posted: 07/09/09
SPONSOR: Environmental Protection Agency, Office of Acquisition Management,
EPA/Headquarters, 1200 Pennsylvania Avenue, N.W., 3801R, Washington, DC 20460
PUBLICATION DATE: July 11, 2009
ISSUE: FBO-2784
RECOVERY--TARGETED BROWNFIELDS ASSESSMENTS (TBA) RFO #26--FORMER FERGUSON SPRINGS
MAINTENANCE STATION PROPERTY - REGION 9 - GOSHUTE RESERVATION (SNOTE)
SOL: RFO26
POC: Christopher Nolte, E-MAIL: nolte.christopher@epa.gov
POP: State Highway 93, West Wendover, Nevada.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/EPA/OAM/HQ/RFO26/listing.html
NAICS: 541620. THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS
OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS THAT HAVE BEEN AWARDED
TARGETED BROWNFIELDS ASSESSMENTS (TBA) CONTRACTS. The purpose of this
notice to announce the intention to competitively award a Task Order from
the Targeted Brownfields Assessments (TBA) Contracts Request For Offer #26.
The period of performance will be from August 10, 2009 though September 27,
2010. The contractor shall conduct an ASTM/AAI Phase I ESA and a Phase II
ESA on the subject property. At the close of Phase I activities, an AST/AAI
site investigation report shall be prepared unless it is determined that a
Phase II ESA is warranted. If Phase II activities are to be completed, the
submitted report will include both the Phase I and the Phase II work. The
contractor shall participate in a pre-scoping and a subsequent scoping
meeting with representatives from EPA and the Goshute Tribe. The contractor
will conduct the Phase II site assessment field work on the subject
property, per the ASTM Standard. If requested by the Tribe or EPA, the
contractor will participate in a community meeting to discuss the proposed
sampling strategy and/or the results of the sampling events. If Phase II
sampling indicates that levels of contamination exceed EPA R9 Screening
Levels limits (formerly Preliminary Remediation Goals) and/or the Tribal
Environmental Standards, the contractor should identify possible cleanup
options and cost estimates for remediation. The American Recovery and
Reinvestment Act (ARRA) contains specific acquisition requirements that
must be met when using appropriated funds from the Act, including the need
for acquisitions to be in accordance with the FAR and, to the maximum
extent practicable, awarded as fixed-price (FP) contracts using competitive
procedures. However, the Office of Management and Budget's guidance allows
for the use of other than FP contracts. Although the Agency's Office of
Brownfields and Land Revitalization (OBLR) contracts were not awarded as FP
contracts, they were awarded competitively, and each contract structure was
selected to provide the contractor with the greatest incentive for
efficient and economical performance, given the types of services to be
performed. The existing OBLR contracts have sufficient qualified
acquisition personnel to provide appropriate contract administration and
oversight to monitor contract performance to mitigate the Government's
risk. In order to meet the requirements of the Act in the most prudent
business manner within the time constraints imposed, existing OBLR
contracts are the most appropriate contractual vehicles consistent with
Agency plans that promote the goals of the ARRA. THIS NOTICE IS PROVIDED
FOR INFORMATION PURPOSES ONLY THIS REQUIREMENT IS TO BE AWARDED TO EXISTING
CONTRACTHOLDERS. REQUESTS AND/OR INQUIRIES WILL NOT BE ANSWERED.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=c9d11c1ce99ab074d4b79ef0f5153e0b&tab=core&_cview=0
Posted: 07/09/09
SPONSOR: Environmental Protection Agency, Office of Acquisition Management,
EPA/Headquarters, 1200 Pennsylvania Avenue, N.W., 3801R, Washington, DC 20460
PUBLICATION DATE: July 11, 2009
ISSUE: FBO-2784
RECOVERY--TARGETED BROWNFIELDS ASSESSMENTS (TBA) RFO #27 - THREE SOUTHERN WEST
VIRGINIA BROWNFIELDS ASSESSMENTS o ANSTED, MOUNT HOPE, AND WEBSTER SPRINGS
(SNOTE)
SOL: RFO27
POC: Christopher Nolte, E-MAIL: nolte.christopher@epa.gov
POP: 100 James River & Kanawha
Turnpike, Ansted WV 25812, 816 Main Street, Mount Hope WV, Route 20 Addison
(Webster Springs), WV. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/EPA/OAM/HQ/RFO27/listing.html NAICS: 541620. THIS NOTICE IS
PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY
TO CONTRACTORS THAT HAVE BEEN AWARDED TARGETED BROWNFIELDS ASSESSMENTS
(TBA) CONTRACTS. The purpose of this notice to announce the intention to
competitively award a Task Order from the Targeted Brownfields Assessments
(TBA) Contracts Request For Offer #27. The period of performance will be
from August 17, 2009 though February 28, 2010. The contractor shall conduct
phase I, II, or III ESAs for three sites in accordance with requirements
set forth in the Statement of Work (SOW) for the National TBA contract
(contract solicitation PR-HQ-07-11297), and in consultation with the EPA
Region III Task Order Project Officer (TOPO). The findings of the phase I
ESAs shall serve as the basis for determining the actual nature/extent of
the phase II ESAs, which would be undertaken in accordance with the
contractual SOW, and in consultation with the CO and TOPO, by the
contractor selected to perform the phase I ESA. The phase III ESA shall be
conducted for the purposes of establishing cleanup options and cost
estimates based on future uses and redevelopment plans. The Remedial Action
Work Plan will be coordinated with West Virginia Department of
Environmental Protection's (WVDEP) Division of Land Restoration (DLR). The
American Recovery and Reinvestment Act (ARRA) contains specific acquisition
requirements that must be met when using appropriated funds from the Act,
including the need for acquisitions to be in accordance with the FAR and,
to the maximum extent practicable, awarded as fixed-price (FP) contracts
using competitive procedures. However, the Office of Management and
Budget's guidance allows for the use of other than FP contracts. Although
the Agency's Office of Brownfields and Land Revitalization (OBLR) contracts
were not awarded as FP contracts, they were awarded competitively, and each
contract structure was selected to provide the contractor with the greatest
incentive for efficient and economical performance, given the types of
services to be performed. The existing OBLR contracts have sufficient
qualified acquisition personnel to provide appropriate contract
administration and oversight to monitor contract performance to mitigate
the Government's risk. In order to meet the requirements of the Act in the
most prudent business manner within the time constraints imposed, existing
OBLR contracts are the most appropriate contractual vehicles consistent
with Agency plans that promote the goals of the ARRA. THIS NOTICE IS
PROVIDED FOR INFORMATION PURPOSES ONLY THIS REQUIREMENT IS TO BE AWARDED TO
EXISTING CONTRACTHOLDERS. REQUESTS AND/OR INQUIRIES WILL NOT BE ANSWERED.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=983ebc1819402e03e6c40831f93677ca&tab=core&_cview=0
Posted: 07/09/09
SPONSOR: Environmental Protection Agency, Office of Acquisition Management,
EPA/Headquarters, 1200 Pennsylvania Avenue, N.W., 3801R,
Washington, District of Columbia, 20460
PUBLICATION DATE: July 11, 2009
ISSUE: FBO-2784
ENVIRONMENTAL RESTORATION AND REMEDIATION OF THE FORMER
ENERGY TECHNOLOGY ENGINEERING CENTER (ETEC) SITE (J&A)
SOL: DE-AC03-99SF21530
POC: LeAnn Dumont, (513) 246-0563, E-MAIL: leann.dumont@emcbc.doe.gov; Derrick J.C. Franklin,
(513) 246-0103, derrick.franklin@emcbc.doe.gov CNT DE-AC03-99SF21530 DTD 063009
POP: Los Angeles,
Conoga Park, CA 91303. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/DOE/PAM/HQ/DE-AC03-99SF21530/listing.html
NAICS: 561210. 1. Agency and Contracting Activity: The United States Department of Energy
(DOE), Office of Environmental Management (EM), Consolidated Business
Center (CBC), Office of Contracting (OOC), intends to contract through
other than full and open competition. This document provides the
justification and approval for the use of non-competitive procedures
pursuant to 41 U.S.C. 253(c)(1) and in accordance with Federal Acquisition
Regulation (FAR) 6.302-1(a). 2. Nature and/or Description of the Action
Being Approved: The action being approved is the negotiation of a
non-competitive extension of contract DE-AC03-99SF21530 with The Boeing
Company (Boeing), which is due to expire on September 30, 2008. 3.
Description of Services Required to Meet Agency's Needs: A. Background:
(1). Santa Susana Field Laboratory (SSFL), located on approximately 2,850
acres in the hills between Chatsworth and Simi Valley, CA, was developed as
a remote site to test rocket engines and conduct nuclear research. The
Atomics International unit of Rockwell International's Canoga Park-based
Rocketdyne Division began in 1947. Thousands of open-air rocket tests were
conducted at the site that supported the space program. In 1996, Rockwell
International sold its aerospace and defense business, including the SSFL,
to Boeing. The areas that encompass the SSFL are either owned by Boeing or
the National Aeronautics and Space Administration (NASA). (2). The Atomic
Energy Commission built a small nuclear power plant to deliver energy to
the commercial grid at the lab. Research also included nuclear powered
space vehicles and sodium coolant medium with ten small reactors. DOE
performed research work on 90 acres at the former Energy Technology and
Engineering Center (ETEC). All nuclear research work at ETEC was completed
in 1988, with all reactor operations ending in 1980. Beginning in the
1960s, several facilities were removed once there was no longer a need for
the specific facility. (3). DOE conducted an Environmental Assessment for
the cleanup and closure of ETEC, and in March 2003, issued a decision
finding no significant impact in its Environmental Assessment (DOE/EA-1345)
Cleanup and Closure of the Energy Technology Engineering Center. This
decision was challenged by the Natural Resources Defense Council, the
Committee to Bridge the Gap, and the City of Los Angeles. (4). In May 2007,
a District Judge ruled against DOE in a challenge to the Environmental
Assessment (DOE/EA-1345) Cleanup and Closure of the Energy Technology
Engineering Center. Specifically on May 2, 2007, the U.S. District Court
for the Northern District of California (Natural Resources Council et al.
v. DOE et al.) issued a decision which directed DOE to complete an
Environmental Impact Statement (EIS) and Record of Decision (ROD) for Area
IV of the Santa Susana Field Laboratory (SSFL). The EIS and ROD are
currently being prepared for DOE by CDM, A Joint Venture (CDM) under a task
order, with completion scheduled for December 31, 2010. (5). In August
2007, the California Department of Toxic Substance Control (DTSC) issued a
Consent Order to DOE, NASA, and Boeing under its Resource Conservation and
Recovery Act (RCRA) authority. This Order (a) requires cleanup of all
chemically contaminated soils at SSFL by 2017 or earlier; (b) provides the
option for DTSC to require more work to be conducted offsite from Area IV
to assess air, soil and water contamination; and (c) requires the
preparation of an Environmental Impact Report (EIR), pursuant to the
California Environmental Quality Act. The EIS being prepared by CDM may be
used in the preparation of the EIR required by the DTSC Consent Order. (6).
The current period of performance for contract DE-AC03-99SF21530 with
Boeing ends on September 30, 2008. The required period for the sole source
modification will extend the contract performance period through September
30, 2011. The contract extension will only include the services needed to
(a) economically maintain and monitor the ETEC site in a state that assures
the protection of the workers, the public and the environment; and (b)
comply with all applicable laws and regulations and DOE policy.
Continuation of site services through September 30, 2011, will facilitate
fulfillment of the May 2, 2007, U.S. District Court decision. B. Required
Services: (1). DOE, EM, CBC, OOC, intends to issue a sole source
modification to extend the period of performance under contract
DE-AC03-99SF21530 with Boeing to provide interim services to safely and
economically maintain and monitor the ETEC site during the period required
to complete the EIS and ROD for Area IV of the SSFL. (2). As a result of
the decision rendered by the U.S. District Court for the Northern District
of California, coupled with DTSC's suspension of its review of the Closure
Plan submitted by Boeing for the closure of the Radioactive Materials
Handling Facility (RMHF) at ETEC, a partial Termination for Convenience for
contract DE-AC03-99SF21530 was issued by DOE to Boeing on July 18, 2007.
The remaining contract services are required through the extension period
to provide continuity of facilities operation and site support services.
These services include, but are not limited to the following: (a) Work
associated with RCRA Facility Investigation Report development, including
characterization and document preparation in response to the State of
California Environmental Protection Agency (EPA) DTSC Consent Order for
Corrective Action (Docket No. P3-07/08-003, Aug 16, 2007); (b) Work
associated with the requirements to retrieve and produce all historical
documents and records, including photographs, maps, figures of SSFL and
surrounding areas, data table summaries and bibliographies, as required by
the State of California EPA DTSC Control Consent Order for Corrective
Action (Docket No. P3-07/08-003, August 16, 2007); (c) Perform all
environmental monitoring within Area IV of the SSFL as required by
regulations, statutes, and DOE policy; (d) Provide support to the DOE EIS
contractor (CDM), including but not limited to, providing data from past
sample analysis for Area IV of the SSFL; (e) Place all buildings into a
safe shutdown mode, ensuring that all buildings are maintained in a safe
and stable configuration throughout the performance period or until
facility removal; (f) Complete disposition of waste generated prior to July
18, 2007, (the date of the Termination for Convenience), or newly generated
wastes resulting from maintenance, monitoring, analyses or characterization
activities; and (g) All safety and health, landlord activities, program
support, waste management and all other related activities as described in
the Statement of Work for contract DE AC03 99SF21530. 4. Identification of
the Statutory Authority Permitting Other Than Full and Open Competition:
The Competition in Contracting Act (41 U.S.C. 253(c)(1)), implemented under
FAR 6.302-1(a), authorizes other than full and open competition when the
supplies or services required by the agency are available from only one
responsible source, and no other type of supplies or services will satisfy
agency requirements. 5. Unique Contractor Qualifications: A. The ETEC
environmental restoration and remediation work began in 1990 under a
Management and Operating (M&O) contract (DE-AC03-76SF00700) with Rockwell
International's Rocketdyne Division, at a time when the primary mission of
ETEC was to conduct nuclear energy research and development activities. As
DOE-sponsored research and development activities ceased, the ETEC mission
changed to one of environmental restoration and remediation, waste
management, and related support activities. Boeing North American Inc. /
Rocketdyne Propulsion and Power (BNA-Rocketdyne P&P) purchased the
Rocketdyne Division in December 1996. The change in the ETEC mission
required DOE and BNA-Rocketdyne P&P to enter into a non-M&O form of
contractual arrangement which included terms and conditions suitable to the
environmental restoration and remediation activities. The selection process
was a non-competitive process and the services of BNA-Rocketdyne P&P were
solicited on a sole source basis under the statutory authority of 41 U.S.C.
253(c)(1). The Justification for Other than Full and Open Competition
(JOFOC) for the resultant contract anticipated that, with the exception of
long-term ground water treatment and monitoring, there would be no future
requirements for environmental restoration of the ETEC site after work
under the contract was completed. Contract DE AC03 99SF21530 was awarded to
BNA-Rocketdyne P&P on December 31, 1998. During the period of performance
of the contract, the contractor's name changed to The Boeing Company. B. As
follows, unique and special circumstances, many of which existed at the
time of award of contract DE-AC03-99SF21530, also currently warrant the
award of a contract extension to Boeing: (1). Cooperative Permits: The
California DTSC issues RCRA related permits for the ETEC site. There are
currently two facilities at ETEC for which DTSC has issued cooperative
permits to both DOE and Boeing. These two facilities are the RMHF
(buildings 4021, 4022 and 4621 only) and the Hazardous Waste Management
Facility. The process of modifying the permits to change the holder to a
new contractor would be difficult, time-consuming and expensive. It is
anticipated this modification process would take between 3-12 months
depending on information available to DTSC about the qualifications and
past performance of the new contractor. Such a delay could jeopardize
timely compliance with the Consent Order and disrupt completion of the EIS.
(2). Duplication of Costs: If a contractor other than Boeing were to take
on the current contract requirements at ETEC, that contractor would have to
develop the same level of knowledge and expertise regarding the individual
facilities and release sites that Boeing possesses. The resulting delays
and duplicate costs while a new contractor developed the required expertise
would be compounded by the very real potential to disrupt CDM's ongoing
performance of the EIS task order for Area IV of the SSFL. Interface
between Boeing and CDM is very critical to successful EIS completion.
Furthermore, it is reasonably likely that a new contractor will qualify its
acceptance of the technical and engineering data previously developed for
DOE by Boeing. That is, a new contractor would likely either want to
confirm the accuracy of previously collected data or, alternatively, to
qualify its own work product by noting that its conclusions are predicated
on data for which it is not responsible. In either case, EIS would likely
be delayed and more expensive. There is a reasonable expectation of
substantial duplication of cost to the Government that is not expected to
be recovered through competition. (3). Access Issues: ETEC is located
within the SSFL, a secure, limited access facility jointly owned by Boeing
and NASA. The only physical access to ETEC is through the SSFL. If DOE were
to award the contract to someone other than Boeing, site access to ETEC
could become extremely contentious. As the land owner, Boeing has ultimate
responsibility for the condition of its property and for the conduct of
operations on its property. (4). Infrastructure Support: All infrastructure
support for ETEC is provided by Boeing as part of its operation of the
SSFL, including road maintenance, water and sewer services, electrical
power, physical security, site access control, fire protection and safety
and health support. DOE would need to enter into a contract with Boeing for
these types of services even if another contractor were to be awarded a
contract for the environmental restoration and remediation work. (5). RCRA
Facility Investigation (RFI) Groupings: There are a number of non-severable
RFI sites within Area IV or in close proximity to Area IV which overlap
into other Boeing-owned and NASA-owned areas of the SSFL. Additional
Surveillance and Maintenance (S&M) activities in the overlapped groupings
are required to continue while the Area IV EIS is being performed. There
have been no EPA regulator challenges to Boeing's process for conducting
S&M activities. DOE does not have the authority to force Boeing to use a
DOE contractor to perform the required S&M activities for the overlapped
groupings. In addition, even though there are RFI groupings that do not
overlap, it is not practicable to compete these services as they are of
relatively low dollar value. The mobilization costs required for a new
contractor to perform the services would not be recovered through
competition. As previously stated, Boeing will be conducting sampling
activities as they complete S&M requirements. Transitioning to a new
contractor to conduct these S&M activities would jeopardize the completion
of the EIS. The integration and communication between Boeing and CDM is
critical to optimize the flow of existing data and site information. 6.
Efforts to Solicit Offers from as many Potential Sources as Practicable: On
July 21, 2008, DOE issued a synopsis stating the intent to issue a sole
source modification to extend the period of performance under contract
DE-AC03-99SF21530 with Boeing. Though not a formal request for proposals or
an invitation for bids, interested parties were afforded an opportunity to
respond within fifteen (15) days (August 4, 2008). 7. Determination of Fair
and Reasonable Anticipated Cost: A. The contract with Boeing was originally
awarded with an effective date of December 31, 1998. The current total
estimated contract value is approximately $162 million for the entire
contract period of performance through September 30, 2008. Using current
contract baseline and cost report information, with an estimated value of
$13 million per year, the total value of the three-year extension is
estimated to be $39 million. B. The original contract estimated costs and
fee were determined fair and reasonable with negotiated settlement on
December 8, 1998. A Certificate of Current Cost or Pricing Data in
accordance with FAR 15.4 was executed by BNA-Rocketdyne P&P on December 15,
1998. The determination of the fair and reasonable price for the extension
will also be by negotiated settlement and will consider terms and
conditions of the current contract, current rates and factors, and other
applicable cost or pricing related matters. A Certificate of Current Cost
or Pricing Data will be required after settlement on the extension
proposal. 8. Description of Market Research Conducted: A formal market
survey was not conducted for this extension. No responses from interested
contractors were received by the DOE to the contract extension synopsis
which was posted on July 21, 2008. If the services contained in this
extension are not continued without disruption, DOE would not meet its
regulatory mandates at ETEC and Area IV of the SSFL to protect the workers,
the public and the environment. 9. Other Facts Supporting the Use of Other
than Full and Open Competition: None. 10. Listing of Interested Sources:
There were no responses received in the timeframe allowed by the synopsis
posted on July 21, 2008. Boeing will be the only source solicited. 11.
Actions to Remove or Overcome any Barriers to Competition Before any
Subsequent Acquisition for the Services Required: With the results of the
EIS and ROD being completed for Area IV of the SSFL by December 2010, DOE
will have much more refined information available to determine follow-on
ETEC site remediation requirements. The extended period of performance
positions DOE to conduct an acquisition for remediation activities required
to complete closure of ETEC site at that time. The acquisition will be
conducted on a competitive basis using existing multiple award Indefinite
Delivery/Indefinite Quantity contracts, small business set-aside, or other
competitive acquisition approaches most appropriate at the time.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=a5e171b19189f16ffb104fff91b99ade&tab=core&_cview=0
Posted: 07/10/09
SPONSOR: Department of Energy, Federal Locations, All DOE Federal
Contracting Offices, Various, Various locations, 20585
PUBLICATION DATE: July 12, 2009
ISSUE: FBO-2785
RECOVERY--F--ROEBLING STEEL OU5 - ROEBLING STEEL SUPERFUND SITE (PRESOL)
SOL: W912DQ-09-R-H001
POC: Heather Morrow, 816-389-3320, E-MAIL: heather.n.morrow@usace.army.mil
POP: US Army Engineer District,
Kansas City, ATTN: CECT-NWK-CT-H, 700 Federal Building 60l East 12th Street
Kansas City, MO 64106-2896. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-09-R-H001/listing.html
NAICS: 562910. RECOVERY: THIS NOTICE IS FOR INFORMATIONAL PURPOSES
ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS UNDER EXISTING
MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) FOR PREPLACED REMEMDIAL ACTION
CONTRACTS (PRACs). The U.S. Army Corps of Engineers-Kansas City District
will be competitively issuing a Task Order under the Preplaced Remedial
Action Contracts (PRAC) for the remediation of contaminated sediments and
installation of shoreline protection within Operable Unit 5 of the Roebling
Steel Superfund Site located in Village of Roebling, Florence Township,
Burlington County, New Jersey. The Task Order issued under the PRAC
contracts will initially be approximately $25,000,000.00. In compliance
with the transparency and accountability requirements associated with the
supplemental appropriations provided by the American Recovery and
Re-Investment Act (ARRA) of 2009, Pub,L. 111-5, the Government posts this
special notice of intent to issue a Task Order to an existing Multiple
Award Task Order Contract (MATOC). A Cost Plus Fixed-Fee Task Order will be
competitively awarded to one of the existing MATOC contractors. This
initial award will total approximately $25,000,000.00. The objective of
this remediation project is to remove the contaminated sediments near the
site and also to install shoreline protections to prevent potential
migration of past metals containing production fill into the Delaware
River. This will require sediment excavation, materials handling, water
quality monitoring and controls, dewatering and water management, material
transportation, shoreline revetment protection system installation;
selective backfill with clean fill; and focused wetland restoration.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=a203b962c54438c73d6b4a80344489e9&tab=core&_cview=0
Posted: 07/09/09
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: July 11, 2009
ISSUE: FBO-2784
RECOVERY--F--THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY- ON-
GOING REMEDIATION ACTIVITIES AT ELIZABETH MINE SUPERFUND SITE FOR LOWER
TP-3 EXCAVATION, MINE ROAD RECONSTRUCTION AND SEDIMENT BASIN CONSTRUCTION.
(AWARD)
SOL: W912WJ-05-D-0009-0002
POC: Alissa Turner, 978-318-8210, E-MAIL: alissa.m.turner@usace.army.mil
CNT W912WJ-05-D-0009-000217 AMT 1,947,679.00 LINE 0003 DTD 062609
TO: Weston Solutions, Inc., 43 Constitution Drive, Suite 2, Bedford, MA 033110.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ-05-D-0009-0002/listing.html
NAICS: 562910. This contract action was not
awarded as a fixed price type because uncertainties involved in contract
performance did not permit costs to be estimated with sufficient accuracy
to use any type of fixed price contract. As such, a cost-reimbursement type
action was awarded (FAR 16.301-2). This contract action was accomplished
using other than competitive procedures because this is a task/delivery
order where an exception to fair opportunity requirements was approved as
this is a follow-on order to a competitive initial order (FAR 8.405-6(b)(2)
or 16.505(b)(2)(iii). RECOVERY-THIS NOTICE IS PROVIDED FOR INFORMATION
PURPOSES ONLY. THIS OPPORTUNITY WAS AVAILABLE ONLY TO CONTRACTORS UNDER
WESTON SOLUTIONS INC CONTRACT W912WJ- 05-D-0009, IDIQ FOR REMEDIATION OF
HAZARDOUS WASTE SITES WITHIN THE GEOGRAPHIC BOUNDARIES OF THE NORTH
ATLANTIC DIVISION. Award of Task Order Modification for Lower TP-3
Excavation, Mine Road Reconstruction and Sediment Basin Construction at
Elizabeth Mine Superfund Site in Strafford, VT.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=b82ace6c6f246a13d64d4c92e3836c64&tab=core&_cview=0
Posted: 07/08/09
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, U. S. Army
Engineer District, New England, 696 Virginia Road, Concord, MA 01742-2751
PUBLICATION DATE: July 10, 2009
ISSUE: FBO-2783
RECOVERY--R--GEOTECHNICAL EXPLORATION IN HTRW - TRACKER #34 (AWARD)
SOL: W912P909R0730
POC: Lisa Marie White, 314-331-8518, E-MAIL: US Army Engineer District, St. Louis,
lisa.white@usace.army.mil CNT W912P909D0532 Task Order
0001 AMT 1,216,484.26 NTE - Recovery LINE 7001 DTD 070209 TO Frontier
Services, Inc., Scott Siegwald, 14635 S. Rene St., Olathe, KS 66062-8860
WEB: FBO.gov Permalink at https://www.fbo.gov/notices/b2ec3a977ef3e01b58c7a35d361c32ba
NAICS: 213115. This contract action was accomplished using other than competitive
procedures because this is an order under an existing contract that was
awarded using non-competitive procedures. MESD - Subsurface Exploration -
Phase I.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=b2ec3a977ef3e01b58c7a35d361c32ba&tab=core&_cview=0
Posted: 07/10/09
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, U. S. Army
Engineer District St. Louis, ATTN: CEMVS-CT, 1222 Spruce Street, St. Louis, MO 63103-2833
PUBLICATION DATE: July 12, 2009
ISSUE: FBO-2785
INSTALLATION ENVIRONMENTAL SUPPORT SERVICES AT FORT SHERIDAN, ILLINOIS (AWARD)
SOL: W52H09-09-R-5023
POC: J.S. Gollon, 309-782-5369, E-MAIL: TACOM - Rock Island, jeffrey.s.gollon@us.army.mil
CNT W52H09-09-C-5008 AMT 367,098.73 LINE 0001, 0002, 0003, 0004, 0018 DTD 070109
TO: Kemron Environmental Services, Inc., 1359 A Ellsworth Industrial, Atlanta, GA 30318-4149.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/USAMC/DAAE20/Awards/W52H09-09-C-5008.html
NAICS: 562910. The U.S. Army, TACOM Contracting Center Rock Island awarded Firm Fixed
Price Performance Based Contract W52H09-09-C-5008 to Kemron Environmental
Services, Inc. for Installation Environmental Support Services at Fort
Sheridan, Illinois. The requirement is for environmental remediation,
investigation of munitions and explosives of concern (MEC), long-term
monitoring (LTM), and operation and maintenance (O&M) services (consisting
of lawn mowing services, cap repairs and implementation of land use
controls (signage)) at Fort Sheridan, Illinois. The sites covered under
this requirement are Landfill #1, Landfill # 5 (including Coal Storage Area
#3), Landfill # 6, Landfill # 7 and the former AAA Firing Point B.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=17547873b909a679af4affd05880084a&tab=core&_cview=0
Posted: 07/06/09
SPONSOR: Department of the Army, U. S. Army Materiel Command, U.S. Army
TACOM Life Cycle Management Command - Rock Island, ATTN: AMSTA-AQ-AR,
Rock Island Arsenal, Rock Island, IL 61299-7630
PUBLICATION DATE: July 8, 2009
ISSUE: FBO-2781
DEMOLITION OF BUILDING 51 AND THE BEVATRON (AWARD)
POC: Charles W. Marshall, 510-486-5184, E-MAIL: charles.marshall@bso.science.doe.gov
CNT DEAC0205CH11231A106 AMT
$14,301,000 DTD 041409 TO: The Regents of the University of California, One
Cyclotron Road, Berkeley, CA 94720. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/DOE/PAM/HQ/Awards/DEAC0205CH11231A106.html
NAICS: 541712. This modification is issued to obligate American
Recovery and Reinvestment Act (Recovery Act) of 2009 funds for the purpose
of the continued demolition of Building 51 and the Bevatron, including
isolation of utility systems, hazardous materials abatement, removal of
shielding blocks and Bevatron Accelerator. The Laboratory subcontractor was
selected prior to this action to add funding to the prime contract.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=78bf42db29b02b3486dfe6b492822d13&tab=core&_cview=0
Posted: 07/07/09
SPONSOR: Department of Energy, Federal Locations, All DOE Federal
Contracting Offices, Various locations.
PUBLICATION DATE: July 9, 2009
ISSUE: FBO-2782
Notices for June 29-July 3, 2009
This update contains summaries of procurement and contract award notices issued between June 29-July 3, 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.
SPILL REMEDIATION - SOW (PRESOL)
SOL: F1C3469160A001
DUE: 072109
POC: Arthur DeWitz, 671-366-6603, E-MAIL: arthur.dewitz@andersen.af.mil POP:
Building 14507, Andersen AFB, Yigo, Guam. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/USAF/PAF/36CONS/F1C3469160A001/listing.html
NAICS: 562910. Scope of Work - Spill
Remediation This is a combined synopsis/solicitation for commercial items
and services 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; quotes are being requested
and a written solicitation will not be issued. This solicitation,
F1C3469160A001, is being issued as a Request for Quotation (RFQ). This
solicitation document and incorporated provisions and clauses are those in
effect through Federal Acquisition Circular (FAC) 2005-16. The North
American Industry Classification System Code (NAICS) is 562910 and the
small business size standard is 500 employees. The contractor shall provide
for the following services: **see attached SOW***. Site Visit information
for this project is forthcoming and will be posted on the FBO site. Please
acknowledge all requirements on quotations. The technical literature
submitted needs to clearly communicate that the offeror understands the
minimum requirements and compliance issues as set forth in the RFP.
Discussions may or may not be held with offeror; therefore, the initial
proposal of each offeror should be complete and accurate. Award will be
made to the offeror whose proposal represents the best value to the
Government based on lowest price technically acceptable. The following
provisions and clauses cited are applicable to this solicitation and can be
viewed through internet access at the Air Force FAR site
http://farsite.hill.af.mil: FAR 52.212-1, Instruction to
Offerors-Commercial Items; AS OF 1 JANUARY 2005, OFFERORS ARE REQUIRED TO
COMPLETE ONLINE REPRESENTATIONS AND CERTIFICATIONS AT http://orca.bpn.gov
WHICH ARE IDENTICAL TO WHAT IS RQUIRED IN FAR 52.212-4 Contract Terms and
Conditions-Commercial Items; FAR 52.212-3, Offeror Representations and
Certifications -- Commercial Items, the offeror must include a completed
copy of this provision with their proposal; FAR 52.212-5, Contract Terms
and Conditions Required To Implement Statutes or Executive
Orders--Commercial Items; FAR 52.222-26, Equal Opportunity; FAR 52.222-35,
Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era;
FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37,
Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. In
accordance with DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR
REGISTRATION, prior to receiving any contract award, contractors must be
registered in the Central Contract Registration (CCR). If company is not
registered in CCR, they may do so by going to CCR web site at
http://www.ccr.gov; DFARS 252.212-7001, Contract Terms and Conditions
Required to Implement Statues or Executive Orders; DFARS 252.232-7003,
Electronic Submission of Payment Requests and receiving reports (should
reference RFQ No F1C3469160A001); DFARS 252.225- 7001, Buy American Act and
Balance of Payment Program. The Service Contract Act and Guam Labor Rates
are applicable to this solicitation. The POC for this acquisition is Arthur
DeWitz, (671)366-6603; Fax (671) 366-1103, arthur.dewitz@andersen.af.mil.
Quotes may be emailed, faxed, or hand delivered to the 36th Contracting
Squadron/LGCB, Attn: Arthur DeWitz, Bldg 17000, Unit 14040, Andersen Air
Force Base, Guam 96543. Oral quotes will not be accepted. Quotes must be
received via email, fax, or postal mail NLT 21 JULY 2009, 1600 HOURS GUAM
STANDARD TIME (GMT+10).
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=432b74e21093392fcd05283e23b7bf20&tab=core&_cview=0
Posted: 07/01/09
SPONSOR: Department of the Air Force, Pacific Air Forces, 36 CONS -
Andersen, Unit 14040, Andersen AFB, 96543-4040
PUBLICATION DATE: July 3, 2009
ISSUE: FBO-2776
PROCUREMENT OF EMERGENCY AND HAZARDOUS MATERIALS RESPONSE SERVICES FOR THE
YUMA AREA OFFICE / YUMA DESALTING PLANT. (SRCSGT)
SOL: 09SQ340130
DUE: 070709
POC: Veronica Rodriguez, Purchasing Agent, 928-343-8266, E-MAIL: vrodriguez@usbr.gov
POP: Yuma, AZ 85364. WEB: FBO.gov Permalink at
https://www.fbo.gov/notices/1a93f2c63d27e6ed53a607f80cc32312
This is a Sources Sought Notice ONLY. This
is not a request for proposal, but a survey to locate potential sources.
The US Bureau of Reclamation, Yuma Area Office (YAO), is performing a
market survey to determine if there are an adequate number of interested
and qualified firms having the capability to supply emergency response and
hazardous materials (HAZMAT) response services for the Yuma Desalting Plant
(YDP). The YDP is a brackish groundwater reverse osmosis desalination plant
located at 7301 Calle Agua Salada, Yuma, AZ 85364. Total square feet to be
maintained is 258,490. Emergency and HAZMAT response services include, but
are not limited to 24 hour first response team capabilities for chemical
releases, 24 hour fire protection services for all YAO/YDP facilities and
structures, and annual fire extinguisher training for YAO fire marshals and
HAZMAT team. All interested firms should notify this office by email or fax
by 4:00 p.m., Arizona time, July 7, 2009. Responses shall include: 1.
Business name, address, point of contact, and business size. For this
requirement, the NAICS code is 621910 and the applicable size standard is
$7.0 million. 2. A statement that you can provide all services outlined
above. This Sources Sought Notice is issued for the purpose of market
research in accordance with Federal Acquisition Regulation (FAR) Part 10.
All businesses capable of supplying this service are invited to respond.
Any information provided by industry to the Government as a result of this
notice is voluntary. The Government will not pay for any information
submitted in response to this notice. Send responses to Veronica Rodriguez,
Purchasing Agent, at vrodriguez@usbr.gov, or fax number 928-343-8568.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=1a93f2c63d27e6ed53a607f80cc32312&tab=core&_cview=0
Posted: 06/30/09
SPONSOR: Bureau of Reclamation - LC - Yuma Area Office 7301 Calle Agua Salada Yuma AZ 85364
PUBLICATION DATE: July 2, 2009
ISSUE: FBO-2775
HAZARDOUS MATERIAL MANAGEMENT PROGRAM (HMMP) FT BLISS, TEXAS (MOD)
SOL: W91238-09-S-400
POC: Diane M Ferguson, 916-557-5190, E-MAIL: diane.m.ferguson@usace.army.mil
POP: Fort Bliss,
Texas, United States WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA05/W91238-09-S-400/listing.html
NAICS: 541620. This is a SOURCES SOUGHT NOTICE for Market Research purposes ONLY to determine the availability of
potential HUBZone firms for a potential HUBZone business category type
set-aside. NO AWARD will be made from this Sources Sought. NO SOLICITATION
IS AVAILABLE AT THIS TIME; therefore, DO NOT request a copy of a
solicitation. Potential offerors having the skill, capabilities and
personnel necessary to perform the described project are invited to submit
a Capability Statement (described below). All responses will be used to
determine the appropriate acquisition strategy for a potential future
acquisition. Particularly, the purpose of this NOTICE is to gain knowledge
of potential small business sources in the following category: Certified
HUBZone for the DOD Hazardous Material Management Program(HMMP), Fort
Bliss, Texas. This project is planned for advertising in July 2009. The
NAICS Code is 541620, the size standard is $7.0 M, and the Product Service
Code (PSC) is 8999. The duration of the project is 12 months with option to
extend. Particularly, the purpose of this NOTICE is to gain knowledge of
potential small business sources in the following categories: Certified HUB
Zone for the DOD Hazardous Material Management Program (HMMP) Ft. Bliss,
Texas. The capabilities will be evaluated solely for the purpose of
determining to Set-Aside for the Small Business Community or to conduct as
an Unrestricted Procurement. Other than small businesses may respond to
this NOTICE in the event the market does not indicate SB interest, however,
preference will be given to the SB categories listed above. The government
must ensure there is adequate competition among the potential pool of
available contractors. PROJECT DESCRIPTION Contractor will be able to
support the DoD Hazardous Material Management Program (HMMP) recognized
business practices in compliance with environmental and supply regulations
regarding the storage and use of hazardous materials (HM), recycling and
waste in support at Fort Bliss, TX. To meet the objective requires the
operation of a single facility on Fort Bliss through which all HM shall be
processed and through which a waste accumulation point hazardous waste
shall be operated. This facility, known as the HazMart, shall use Hazardous
Material Management System web based software (HMMS) to maintain management
control and visibility over the HM and track HW on a transaction basis
only. The HazMart shall also use SARSS and IFS to manage the HM in
accordance with the direction and guidance of the accountability officers
assigned within the Directorate of Logistics (DOL). The upcoming project
consists of continual HMMP and HMMS support to Fort Bliss. The support will
consist of operating the HazMart that provides one stop service for
hazardous materials to all of the units that are assigned to Fort Bliss to
include non-military organizations such as the U.S. Border Patrol and
Governmental Agencies as agreed upon by Fort Bliss and the support
contractor. The HazMart is an integrated cross-functional management
activity that includes a hazardous materials storage activity and a waste
accumulation point. The Contractor shall manage the hazardous materials for
Fort Bliss; the Authorized Use List (AUL); establish stockage criteria
using SARSS and IFS-M for the storage activity; conduct local purchase of
hazardous material requirements; provide management oversight of the
hazardous material storage activity and the waste accumulation point; and
the resources to operate the HazMart. The hazardous material storage
activity shall receive, store, and issue hazardous materials and operate a
hazardous material re-use center. CAPABILITY STATEMENT The following
requests are designed to apprise the US Army Corps of Engineers, Sacramento
District, of any HubZone contractor's project execution capability. Please
provide your response to the following. The submission is limited to 4
pages. 1) Offeror's name, address, point of contact, phone number, and
e-mail address. 2) Offeror's interest in bidding on the solicitation when
it is issued. 3) Offeror's capability to perform a contract of this
magnitude and complexity and comparable work performed within the past 5
years - brief description of the project, customer name, timeliness of
performance, customer satisfaction, and dollar value of the project) -
provide at least 3 examples. 4) Offeror's HUBZONE certified status, the
number of years in business, and your DUNS number. 5) Offeror's Joint
Venture information if applicable - existing and potential The Capabilities
Statement for this sources sought is not a Request for Proposal, nor does
it restrict the Government to an ultimate acquisition approach. The
Government is seeking short statements regarding the company's ability to
demonstrate existing-or-developed expertise, past performance, and
experience in relation the areas specified herein. Any commercial brochures
or currently existing marketing material may also be submitted with the
Capabilities Statement as long as the Offeror's submission stays within the
4-page limit. Submission of Capabilities Statement is not a prerequisite to
any potential future offerings, but participation will assist the Corps of
Engineers in tailoring requirements to be consistent with industry
capabilities. This Sources Sought is for information and planning purposes
only and is not to be construed as a commitment by the Government. The
Government will not pay for any information or materials provided in
response to this Sources Sought Notice and submittals will not be returned
to the sender. If a solicitation is later released it will be synopsized in
FedBizOps only, the FedBizOps link is: www.fbo.gov. Contractors are
encouraged to register on FedBizOps with the NAICS code related to this
posting and for other business opportunities. Once your company is
registered, FedBizOps, will automatically send you e-mails related to the
NAICS codes you registered your company. Respondents will not be notified
of the results of the evaluation. All interested contractors should notify
this office in writing by email or mail by 5:00 PM Pacific Time, 8 July
2009. Submit response and information to Mrs. Diane Ferguson, CECT-SPK-B,
Room. 878, US Army Corps of Engineers, Sacramento District, 1325 J Street,
Sacramento, CA 95814 or Diane.M.ferguson@usace.army.mil and
George.L.Siller@usace.army.mil
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=16f4383383ee58f83cb1c6b2174e4536&tab=core&_cview=0
Posted: 07/02/09
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, US Army
Engineer District, Sacramento, 1325 J. Street, Sacramento,
California, 95814
PUBLICATION DATE: July 4, 2009
ISSUE: FBO-2777
UNDERGROUND STORAGE TANK (UST) INSPECTION & FREE PRODUCT REMOVAL (FPR) (MOD)
SOL: NIHOF2009147
DUE: 071609
POC: Jessica Hadley, E-MAIL: hadleyjn@mail.nih.gov ; Ervin Spivey, Spiveyer@mail.nih.gov
POP: Bethesda, Maryland Campus, and,
Poolesville, Maryland Location. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/HHS/NIH/ORS/NIHOF2009147/listing.html
NAICS: 561210. The Government intends to award a fixed-price contract for underground storage
tank (UST) inspection and free product removal. Amendment 3 has been posted to provide anwers
to questions submitted by prospective offerors. The date for proposal submission has been
extended to July 16, 2009.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=cd7ee2315e9be888a1f69cc51720f4c0&tab=core&_cview=0
Posted: 07/02/09
SPONSOR: Department of Health and Human Services, National Institutes of
Health, Office of Research Facilities/Office of Acquisitions, 13
South St., Room 2E43, MSC 5711, Bethesda, MD 20892-5738
PUBLICATION DATE: July 4, 2009
ISSUE: FBO-2777
VISN 2 HAZARDOUS WASTE REMOVAL 2009 (PRESOL)
SOL: VA-528-09-RP-0137
DUE: 073009
POC: Rachael Roney, Contract Specialist, E-MAIL: Rachael.Roney@va.gov
POP: Department of Veterans
Affairs; Stratton VA Medical Center; 113 Holland Avenue; Albany, NY 12208
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/VA-528-09-RP-0137/listing.html
NAICS: 562112. The VA Upstate NY Network (VISN 2) intends to award a firm fixed-price
requirements contract for hazardous waste removal and transportation for
various medical centers and community based outpatient clinics throughout
VISN 2. This RFP will be set aside 100% for Service Disabled Veteran Owned
Small Businesses. Potential offerors should be advised that it is a
requirement to visit the Buffalo facility at 3495 Bailey Avenue Buffalo, NY
14215 to give an oral presentation as part of the evaluation process.
Government background investigations will be administered at a cost to the
contractor for fingerprinting services. The Government will require any
potential offerors to provide proof of insurance that meets and possibly
exceeds industry standards for this type of work. For more information on
this matter, please contact the contract specialist, Rachael M. Roney at
518-626-6137. This solicitation is anticipated to be released within one
day of the close of this notice. The NAICS Code will be 562112 - Hazardous
Waste Collection, with a small business size standard of $12.5 Million.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=631f76e477fc8de8a81ec98a9ceaa21b&tab=core&_cview=0
Posted: 07/01/09
SPONSOR: Department of Veterans Affairs, VA Western New York Health Care
System, 3495 Bailey Ave., Buffalo NY 14215
PUBLICATION DATE: July 3, 2009
ISSUE: FBO-2776
RECOVERY ACT - SOIL REMEDIAL ACTION, OPERABLE UNIT 3, TOWER CHEMICAL SITE
(MOD)
SOL: PR-R4-09-10141
DUE: 072409
POC: DEBORAH K. HOOVER, Contract Specialist, (404) 562-8373, E-Mail: hoover.deborah@epa.gov
POP: 14135 County Route 455 Clermont, FL 34711. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/EPA/OAM/RegIV/PR-R4-09-10141/listing.html
NAICS: 562910. This modification is issued to notify vendors that EPA plans to issue amendment no. 2 on July 2,
2009. Amendment 2 will provide the transcript of the pre-bid conference
held on June 24, 2009 and provide responses to all of the questions
received prior to and during the pre-bid conference. The amendment also
revises some IFB clauses and the Performance Work Statement to provide
further clarification. In addition, the Record of Decision (ROD), Appendix
A and CADD File, Sheet 3-2 of the RD will be posted on the EPA website for
informational purposes. The IFB amendment will be posted at
www.epa.gov/oam/regions/index.htm
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=28d34f3bef0ff44e899eeb4c4d803f08&tab=core&_cview=0
Posted: 07/01/09
SPONSOR: Environmental Protection Agency, Office of Acquisition Management,
Region IV, Procurement Section 14th Floor Atlanta Federal Center
61 Forsyth St., SW Atlanta, GA 30303
PUBLICATION DATE: July 3, 2009
ISSUE: FBO-2776
GENERAL ENVIRONMENTAL SERVICES FOR NATIONAL ENVIRONMENTAL POLICY ACT (NEPA)
COMPLIANCE U.S. ARMY ENGINEER DISTRICT, GALVESTON, TEXAS AND LOUISIANA.
(PRESOL)
SOL: W912HY09R0028
DUE: 073109
POC: Traci Robicheaux, 409-766-6306, E-MAIL: US Army Corps of Engineers,
Galveston traci.d.robicheaux@usace.army.mil
POP: US Army Corps of Engineers,
Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX 77553-1229.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA64/W912HY09R0028/listing.html
NAICS: 541620. This notice is
provided for information purposes only. SYNOPSIS - W912HY-09-R-0028
Subject: General Environmental Services for National Environmental Policy
Act Compliance U.S. Army Engineer District, Galveston Texas and Louisiana
The U.S. Army Corps of Engineers, Galveston District will be issuing a
Request for Proposal (RFP) for National Environmental Policy Act and
Related Environmental Services. This is not a Solicitation Announcement,
nor a Request for Proposal, and does not obligate the Government to any
contract award. NO SOLICITATION, SPECIFICATIONS OR DRAWINGS ARE AVAILABLE.
The RFP is targeted for issuance on or before 31 Jul 2009. The Proposals
will be due on or about 31 Aug 2009. The RFP is unrestricted and open to
both large and small business participation. The NAICS for this RFP is
541620, Environmental Consulting Services, $11,500,000.00, Federal Supply
Code information is Special Studies and Analysis. 65% of the work is marine
related. The performance period will be the base year plus four (4) option
years. The Small Business Size Standard is $7 million. A small business
must perform 50% of the work with their own resources. A small business
subcontracting plan will be required for large businesses. Subcontracting
goals for the Galveston District are: Small Business 32%; Small
Disadvantaged Business 18%; Woman-Owned Small Business 5.8%; Hub Zone Small
Business 10%; Service-Disabled Veteran Owned 3%; HBCU/MI 13%. Project
Information: 65% of the work is marine related. The contractor must furnish
all labor, management, facilities, supplies, materials, and equipment and
do all things necessary to conduct any investigation and to prepare any
report as specified in this contract and in subsequent task order(s).
Services anticipated to be ordered consist of: 1) Preparation of documents
for compliance with the National Environmental Policy Act, including but
not limited to, environmental assessments and environmental impact
statements. Related required services include: a) collection of baseline
environmental data and forecasting of future conditions; b) evaluation and
comparison of the environmental effects of alternative plans; c)
preparation of documents for compliance with specific federal requirements
of the Endangered Species Act, the Marine Protection, Research, and
Sanctuaries Act, the Clean Air Act, the Clean Water Act, the National
Historic Preservation Act, the Magnuson-Stevens Act, the Coastal Zone
Management Act, among others; d) application of conceptual and numerical
ecological models to inventory and forecast conditions, and evaluate the
effects of alternative plans; e) preparation and implementation of plans
for the beneficial use of dredged material; f) field sampling, data
collection and preparation of hazardous, toxic, and radioactive waste
(HTRW) environmental site assessments; g) application of remote sensing
technology and image analysis to map natural and physical resources and
processes (such as vegetation types, water bottom substrate, submerged
aquatic vegetation and coastal erosion); h) assessment of air and noise
conditions and impacts; i) performance of historic property inventories and
assessments; j) preparation of socioeconomic profiles, social impact
assessments and Environmental Justice analyses; and k) performance of cost
effectiveness and incremental cost analysis using IWR-PLAN; 2) Assessment
of dredged material effects to terrestrial, marine, estuarine, and
freshwater environments. Related required services include: a) the
collection of water, sediment, elutriate, benthos, nekton and tissue
samples; b) the performance and analysis of various complex laboratory
analysis, including chemical, contaminant, nutrient content, grain- size,
bioassay and bioaccumulation studies; and c) the performance of numerical
modeling to analyze the movement and effect of dredged material in the
offshore environment. 3) Support services and special studies. Services
will include a) application of digital image processing and GIS to
environmental analysis and reporting; b) development and execution of
public involvement strategies and programs; c) preparation of conceptual
plans for vegetation plantings in ecosystem restoration and mitigation
projects; d) vegetation planting services; and e) special studies. Location
of Work: Services will be performed in connection with civil works projects
assigned to the Southwestern Division (SWD), but primarily in the Galveston
District. The Galveston District covers an area averaging 100 miles in
width along the Texas Coast, extending from approximately 15 miles east of
the Texas-Louisiana state line south to the Rio Grande; The District
encompasses 49 Texas counties, portions of four Louisiana parishes, and the
adjacent waters of the Gulf of Mexico. Project locations will be identified
for each task order. Field conditions will generally include terrain of
varying types, steepness, and consistencies ranging from dry land to soft
marshlands, including swamp. Locations will also include shallow and deep
draft inland waterways and channels, rivers, lakes, bays, streams, and
similar bodies of water as well as waters offshore from Texas and
Louisiana, and other states as required by specific task orders. Services
can also be performed in SWDs Tulsa, Little Rock, and Fort Worth Districts.
After solicitation issuance, contractors may register to be placed on a
plan holders list, view and/or download this solicitation and all
amendments at the following internet addresses: https://acquisition.army.mi
l.asfi/ and http://www.fbo.gov/ Solicitation will not be available in paper
format or on compact disc. It is the offerors responsibility to monitor the
ASFI website daily (using the above links) for amendments to the
solicitation. You must be registered in the Central Contractor Registration
Database (CCR) to receive a government contract award. You may register
with the CCR at http://www.ccr.gov/. The Contract Specialist for this
project is Traci Robicheaux, (409)766-6306, traci.d.robicheaux@usace.army.m
il. For technical information about this solicitation, please contact
Janelle Stokes at (409) 766-3039 or via e-mail at
Janelle.s.stokes@usace.army.mil.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=2570cef0df8473800b594a34936d63aa&tab=core&_cview=0
Posted: 07/01/09
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, US Army
Corps of Engineers, Galveston District, 2000 Fort Point Road, PO Box 1229,
Galveston, TX 77553-1229
PUBLICATION DATE: July 3, 2009
ISSUE: FBO-2776
IDIQ SINGLE AWARD TASK ORDER CONTRACT (SATOC) FOR ENVIRONMENTAL SVCS IN
SUPPORT OF VARIOUS MILITARY/CIVIL WORKS AND INTENATIONAL AND INTERAGENCY
(IIS) PROJECTS WITHIN SWD BOUNDARIES (CONT) (PRESOL)
SOL: W912BV-09-R-2035
DUE: 081809
POC: Diane Cianci, 918-669-7458, E-MAIL: US Army Engineer District, Tulsa, diane.cianci@usace.army.mil
POP: US Army Engineer District, Tulsa
ATTN: CECT-SWT-M, 1645 South 101st East Avenue Tulsa OK 74128-4609
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-09-R-2035/listing.html
SYNOPSIS SUBJECT: (CONT) AND CUSTOMERS
APPROVED IN ACCORDANCE WITH EFAR SUBPART 7.1 AND ER 5-1-11. THE US ARMY
CORPS OF ENGINEERS, TULSA DISTRICT (SWT) INTENDS TO AWARD A $10 MILLION
FIRM FIXED PRICED IDIQ SINGLE AWARD TASK ORDER CONTRACT (SATOC). RESULTING
CONTRACT WILL BE NEGOTIATED AND AWARDED WITH A BASE CONTRACT PERIOD OF ONE
YEAR AND UP TO FOUR OPTION PERIODS FOR A TOTAL CONTRACT VALUE OF NOT MORE
THAN THE ESTIMATED $10 MILLION. THE CONTRACT SHALL CONTINUE AS OPTION
PERIODS ARE EXERCISED AT THE SOLE DISCRETION OF THE GOVERNMENT FOR A TIME
PERIOD NOT TO EXCEED 5 CALENDAR YEARS IN TOTAL, OR UPON OBLIGATION OF THE
TOTAL VALUE OF THE CONTRACT, WHICHEVER OCCURS FIRST. THE PLANNED AWARD DATE
WILL BE LATE SEPTEMBER 2009. ALL SERVICES REQUIRED UNDER THIS CONTRACT
SHALL BE DESCRIBED IN AN INDIVIDUAL SCOPE OF WORK WHICH MAY INCLUDE, BUT
NOT LIMITED TO THE FOLLOWING TYPE OF TASKS: ENVIRONMENTAL INVESTIGATION,
ENVIRONMENTAL COMPLIANCE, ENVIRONMENTAL ANALYSIS, ENVIRONMENTAL PROGRAM
MANAGEMENT, LABORATORY TESTING, ENVIRONMENTAL AND OCCUPATIONAL SAFETY AND
HEALTH COMPLIANCE AUDITS AND TRAINING, ENVIRONMENTAL ASSESSMENTS,
ENVIRONMENTAL DATA INVENTORIES, HAZARDOUS AND REGULATED WASTE MANAGWMENT,
PERMIT APPLICATIONS, ENVIRONMENTAL SERVICES, ORDINANCE AND EXPLOSIVES
AVOIDANCE AND RESOURCE CONSERVATION SUPPORT UNDER VARIOUS DOD DIRECTIVES
AND ENVIRONMENTAL STATUS. SOLICITATION WILL BE AVAILABLE ON FEDBIZOPPS ON
OR ABOUT 16 JULY 2009. ALL TECHNICAL AND ENGINEERING DATA RELATED TO THIS
SOLICITATION WILL BE DISTRIBUTED USING THE FEDERAL BUSINESS OPPORTUNITIES
(WWW.FBO.GOV) WEBSITE. THIS ACQUISITION IS UNRESTRICTED. REQUIRED
SOLICITATION ISSUE DATE: 16 JULY 2009 BID OPENING/PROPOSAL
DUE: DATE: 18
AUGUST 2009 11:00 AM PREPROPOSAL CONFERENCE: TBD POINT OF CONTACT: DIANE
CIANCI, CONTRACTING DIVISION, 918-669-7458.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=5a2d1dd67cde76542f1f6fa3876cc930&tab=core&_cview=0
Posted: 07/01/09
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, U.S. Army
Engineer District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
SUBFILE: PSE (U.S. GOVERNMENT PROCUREMENTS, SERVICES)
SECTION HEADING: F Natural Resources and Conservation Services
PUBLICATION DATE: July 3, 2009
ISSUE: FBO-2776
INFORMATION TECHNOLOGY SERVICES COVERING ENVIRONMENTAL PROTECTION AND
SUSTAINMENT (EPAS), COMPLIANCE ASSESSMENT, TRACKING,MANAGEMENT AND
REPORTING (CATMR) (PRESOL)
SOL: W91278-09-R-0094
DUE: 081709
POC: Alisa C. Murray, (251) 441-5578, E-MAIL: US Army Engineer District, Mobile, alisa.c.murray@usace.army.mil
POP: US Army Engineer District, Mobile P.O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
36628-0001. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/USA/COE/DACA01/W91278-09-R-0094/listing.html
NAICS: 541511. This procurement is a total small business set-aside Best Value
requirement. The U.S. Army Corps of Engineers, Mobile District is seeking
to obtain a small business for an Indefinite Delivery Indefinite Quantity
Contract for Environmental Protection and Sustainment (EPAS), and
Compliance Assessment, Tracking, Management and Reporting (CATMR) Services.
This contract work requires supporting EPAS Compliance, CATMR, Hazardous
Materials Management, Reporting and Budget Management for Army National
Guard (ARNG), U.S. Army Reserves, National Oceanic and Atmospheric Agency,
U.S. Coast Guard, Naval Facilities Engineering Command, Marines, U.S. Army
Environmental Command, and other Federal clients utilizing the following
WEB, Personal Computer and/or Mobile Platform applications. The services
listed will utilize WINCASS, WEBCASS, Assessment Manager, Web-Hosted
Assessment Manager, ARNG Mobile Checklist, ARNG Mobile Installation
Compliance Action Plans, WEB-UBANGS, STEP, WASTE, and Client Site
Inventory. The Contractor will be expected to normally perform work under
this contract in various customer agency locations, as well as,
non-government facilities, and the home office, when applicable. All
contractor personnel working at a DoD facility must have a current
favorable Local Law Enforcement Check. For task orders which require
contractor employees access and/or use of Automated Information System
Access (AIS), the contractor shall provide proof of a current favorable
National Agency Check with Inquiry (NACI), in accordance with AR 380-67 and
shall maintain such during the period of performance. The contractor will
be requested to obtain secret clearance in order to permit access to
sensitive records and secured web-server areas. It is anticipated that a
fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract with a
base and four option years with an estimated value of $3,000,000.00 per
year totaling $15,000,000.00 will be awarded. The North American Industry
Classification System (NAICS) for this procurement is 541511. The size
standard for which is a concern, including its affiliates whose average
annual gross revenue does not exceed $25,000,000.00 for the past three
years. The solicitation will be issued as a direct download at the Federal
Business Opportunity (FBO) website: http://www.fbo.gov on or about 17 July
2009. All prospective bidders must be registered in FBO prior to
downloading solicitation information. The solicitation will not be provided
in a printed paper format.Therefore, it is the offerors responsibility to
check the website for solicitation posting and any amendment to the
solicitation. Interested bidders must be registered and active in the
Central Contractor Register (CCR), website (http://www.ccr.gov). Those
registering are responsible for the accuracy of information provided.
Questions should be fax to Attn: Alisa C. Murray at 251 441-5765 or e-mail
to alisa.c.murray@usace.army.mil - subject line of email should state:
EPAS, Compliance Assessment and CAMTR Services.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=ec93f10cba2517ab0938a1a3e08e0230&tab=core&_cview=0
Posted: 07/01/09
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, US Army
Engineer District, Mobile, P.O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL
36628-0001
PUBLICATION DATE: July 3, 2009
ISSUE: FBO-2776
ENVIRONMENTAL SERVICES (PRESOL)
SOL: TFTP-EW-990899-B
POC: Management Services Center, 800-241-7246, E-MAIL: 400 15th ST, SW RM 2757 (AQSA),
Auburn, WA 98001, environmental@gsa.gov WEB: FBO.gov
Permalink at https://www.fbo.gov/notices/f520f81c571f6a8bf6ab24f0acc66b34
NAICS: 541620. Notice is hereby provided that the REFRESHED Standing
Solicitation for Multiple Award Schedule 899 Environmental Services will be
posted on the Federal Business Opportunities (FedBizOpps) website on the
Internet at http://www.FedBizOpps.gov on or about July 01, 2009. This new
solicitation number TFTP-EW-990899-B (REFRESH 12) will replace solicitation
number TFTP-EW-990899-B (Refresh 11), (posted on April 22, 2008) and
includes updated clauses and provisions. If Offerors have not expended
significant effort under the previous version # 11 it is requested that
they propose under the refreshed solicitation (REFRESH 12). HOWEVER PLEASE
NOTE THAT IN ORDER TO BE CONSIDERED TECHNICALLY ACCEPTABLE, THE FIRM MUST
HAVE PROVIDED THE TYPE OF PROFESSIONAL SERVICES UNDER THIS SCHEDULE TO
EITHER A GOVERNMENT OR COMMERICAL ENTITY FOR A MINIMUM OF 2 YEARS. In any
event, submission using the refreshed solicitation will be required 30 days
from its posting date. After 30 days, a proposal submitted on a previous
solicitation will be rejected. This solicitation includes the Economic
Price Adjustment clause. Vendors are responsible for payment to Open
Ratings for past performance evaluation. The SINs are as follows: SIN 899-1
Environmental Consulting Services (NAICS 541620); SIN 899-3 Environmental
Training Services (NAICS 541620); SIN 899-5 Materials and Waste Recycling
and Disposal Services (NAICS 562920 and/or 562112); SIN 899-7 Geographic
Information Systems (GIS) Services (NAICS 541620); and SIN 899-8
Remediation and Reclamation Services (NAICS 562910 and/or 541380). (Note:
Services offered shall NOT include construction and /or
architect-engineering services as set forth in FAR Part 36). This Worldwide
Federal Supply Schedule does not have a prescribed beginning and ending
date. Contracts awarded will have variable contract periods and will be
Indefinite Delivery/Indefinite Quantity contracts, allowing for Labor-Hour
or Time-and-Materials task orders. Contract periods will commence on the
date of award (DOA) and expire five years from the DOA unless extended in
accordance with the contract clause I-FSS-163 OPTION TO EXTEND THE TERM OF
THE CONTRACT (EVERGREEN), which contains three 5-year options. GSA is only
issuing this solicitation/request for proposal through the FedBizOpps
Internet Site. GSA will not provide paper copies of this solicitation.
Interested parties may access the solicitation at Internet address
http://www.FedBizOpps.gov. This site contains information describing the
Federal Business Opportunities and how to register to receive automatic
notices of acquisitions. Prices will be requested FOB destination on all
SINs. (Exception applicable to SIN 899-5 and 8 only Offeror may provide
pricing that is FOB Origin IF transportation is required with recycling,
disposal or remediation services, however, must be identified in offer
submitted). All responsible sources may submit an offer which shall be
considered by this agency. For additional information regarding current
contract awards review our Environmental Services website at
http://www.gsa.gov/environmental. If you have further questions please
contact 1-800-241-RAIN (7246) and follow the prompts to Environmental or
Email Environmental@gsa.gov
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=f520f81c571f6a8bf6ab24f0acc66b34&tab=core&_cview=0
Posted: 07/01/09
SPONSOR: Federal Acquisition Service (FAS) - Management Service Center (AQSA)
PUBLICATION DATE: July 3, 2009
ISSUE: FBO-2776
RECOVERY AIB PHASE I DEMOLITION & HAZMAT REMOVAL (SNOTE)
SOL: F09SOL00035M0001
POC: Kimberely Johnson-White, 202/633-7269, E-MAIL: johnson-whitek@si.edu
POP: 900 Jefferson Dr., SW,
Washington, DC 20560. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/SI/CFO/WashingtonDC/F09SOL00035M0001/listing.html
NAICS: 236220. THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THE ACTION DESCRIBED
HEREIN IS A MODIFICATION TO AN EXISTING CONTRACT, F09CC00318. THIS
OPPORTUNITY IS AVAILABLE ONLY TO THE CONTRACTOR IDENTIFIED BELOW. The
Smithsonian Institution has a requirement for labor, materials, equipment
and supervision necessary to perform construction services for the
identification, removal, and abatement of additional hazardous materials,
selective interior demolition of non-historic and non-structural interior
construction as shown and described in the plans and specifications issued
by the Office of Facilities Engineering and Operations (OFEO. The North
American Industry Classification (NAICS) Code is 236220. The estimated
price range of this requirement is between $800,000 and $1,300,000. It is
the Smithsonian's intent to issue a modification to SI Contract No.
F09CC00318 with: Biscayne Contractors, Inc., Maritime Plaza II, 1220 12 th
Street, SE Suite 130, Washington, DC 20003 It is anticipated that this
Modification will be awarded within fifteen (15) days of the date of this
announcement.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=4ac05a90e8e81271bc626f6dc755194a&tab=core&_cview=0
Posted: 06/30/09
SPONSOR: Smithsonian Institution, Office of the Chief Financial Officer,
Office of Contracting, 2011 Crystal Drive, Suite 350, Arlington, VA 22202
PUBLICATION DATE: July 2, 2009
ISSUE: FBO-2775
PLATEAU REMEDIATION CONTRACT (PRC) (MOD)
SOL: DE-RP06-07RL14788
POC: Jenise C. Connerly, 509-376-8362, E-MAIL: jenise_c_connerly@rl.gov
POP: U.S. Department of Energy
Hanford Site, Richland, WA. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/DOE/PAM/HQ/DE-RP06-07RL14788/listing.html
NAICS: 562910. RECOVERY ACTION: THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY.
THIS OPPORTUNITY IS AVAILABLE ONLY TO THE CONTRACTOR UNDER CONTRACT NUMBER
DE-AC06-08RL14788, DUNS # 805603128. This is a cost-plus award fee
contract. The workscope to be performed utilizing Recovery Act funds was
not awarded as a firm-fixed price contract because the workscope has
already been competitively awarded under a cost-plus award fee contract
after appropriate consideration of contract pricing strategies. There is a
high degree of risk associated with availability of funding, waste
disposition position pathways, end-state definition and agreements
applicable to the scope of this contract which did not make it suitable for
a fixed-rice contract (FAR 16.601(c)). This contract modification provides
American Recovery and Reinvestment Act funding to continue environmental
cleanup of select portions of the Hanford Site located near Richland,
Washington.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=d6563ddf017664ecc6e31235c61de874&tab=core&_cview=0
Posted: 07/02/09
SPONSOR: Department of Energy, Federal Locations, All DOE Federal
Contracting Offices, 825 Jadwin Avenue P.O. Box 550, A7-80 Richland, WA
PUBLICATION DATE: July 4, 2009
ISSUE: FBO-2777
1-YR SERVICE PLAN (PRESOL)
SOL: RFQ-DC-09-00231
DUE: 070809
POC: Abbie Jemmott, Purchasing Agent, (202) 564-1266, E-MAIL: Jemmott.Abbie@epamail.epa.gov WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/EPA/OAM/HQ/RFQ-DC-09-00231/listing.html
NAICS Code: 334516. On behalf of the US Environmental Protection Agency (EPA), Office of
Prevention, Pesticides and Toxic Substances (OPPTS), Office of Pesticide
Programs (OPP), Biological and Economic Analysis Division (BEAD), Analytic
Chemistry Branch (ACB), the Program Contract Service Center (PCSC) plans to
award two purchase orders using the procedures set forth in FAR Part 13,
Simplified Acquisition Procedures to Waters Corporation, of Milford,
Massachusetts. #1. The purpose of this procurement is to obtain a 1-year
Total Assurance Plan (to include 1 performance maintenance visit) for the
Quattro Premier MS/MS detector, Acquity LC components, and Masslynx
Software for the Waters/Micromass Quattro Premier LC/MS/MS system. The plan
covers all components of the LC system (UPLC TUV Detector, UPLC Sample
Manager, UPLC Binary Solvent Manager) as well as the Quattro Premier MS/MS
detector. The period of performance is 08/01/09 through 07/31/10. #2. The
purpose of this procurement is to obtain a 1-year Total Assurance Plan (to
include 1 performance maintenance visit) and Masslynx Software for the
Waters/Micromass Quattro Micro LC/MS/MS system (Quattro Micro MS/MS
detector and instrument software). The period of performance is 08/01/09
through 07/31/10. ACB evaluates analytical methods for detecting pesticide
residues in food and fibers to make sure they are suitable for monitoring
and to enforce maximum legal residue limits. ACB has several priority
projects in queue requiring use of the above referenced systems. Continual
maintenance and servicing of this equipment is critical. Market research
has identified Waters as the only source for these procurements.
Notwithstanding, any firm that believes it is capable of meeting the
Agency's requirements, as stated in this announcement, may submit their
corporate capabilities. Responses must be in writing and submitted via
e-mail to Abbie Jemmott at Jemmott.Abbie@epa.gov by 11:00 AM EST Wednesday,
July 8, 2009. All questions should be directed to Abbie Jemmott, Contract
Specialist via e-mail at the address above.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=994243ee60fba7c2228e74084a916e7b&tab=core&_cview=0
Posted: 06/30/09
SPONSOR: Environmental Protection Agency, Office of Acquisition Management,
EPA/Headquarters, Environmental Protection Agency, Program
Contract Service Center, 1200 Pennsylvania Avenue, Nw, Washington, DC 20460
PUBLICATION DATE: July 2, 2009
ISSUE: FBO-2775
RECOVERY - REMEDIATION SERVICES - UNITED METALS
SOL: PR-R4-09-10227
POC: Catherine Johnson, 404-562-8193, E-MAIL: johnson.catherine@epa.gov ; Daniel L. Owen,
404-562-8390, owen.daniel@epa.gov
POP: 1690 Highway 71, Marianna, FL 32448. WEB:
FBO.gov Permalink at https://www.fbo.gov/spg/EPA/OAM/RegIV/PR-R4-09-10227/listing.html
NAICS: 562910. RECOVERY: "THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS
AVAILABLE ONLY TO CONTRACTORS UNDER REMEDIAL ACTION CONTRACT (RAC),
CONTRACT NO. 68-W-99-043 The U.S. Environmental Protection (EPA), Region 4
will be issuing a modification/work assignment for remediation services at
United Metals Inc. Site (UMI), a former battery reclaiming facility located
at 1690 Highway 71, Marianna, Florida. This requirement is under the
American Recovery and Reinvestment Act (ARRA). The work to be performed
consists of implementation of Phase 1 of the Remedial Action (RA) in
accordance with the objectives of the Remedial Design (RD). The RA is the
implementation phase of soil sediment and ground water remedy. The
Contracting Officer is Daniel L. Owen, owen.daniel@epa.gov, (404) 562-8390,
Contract Specialist, Catherine Johnson, johnson.catherine@epa.gov, (404)
562-8193.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=7660ee4f80d0ded08e54b7515a5991a7&tab=core&_cview=0
Posted: 07/01/09
SPONSOR: Environmental Protection Agency, Office of Acquisition Management,
Region IV, 61 Forsyth Street, Atlanta, GA 30303
PUBLICATION DATE: July 3, 2009
ISSUE: FBO-2776
RECOVERY--F--MODIFICATION FOR REMEDIAL ACTION, OPERABLE UNIT 2 (OU2) AT THE
HORSESHOE ROAD COMPLEX SUPERFUND SITE, SAYREVILLE, NEW JERSEY
SOL: W912DQ-05-D-0002-000805
POC: Bonnie B Lowe, 816-389-3803, E-MAIL: US Army Engineer District, Kansas City, bonnie.b.lowe@usace.army.mil
POP: US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street
Kansas City MO 64106-2896. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-05-D-0002-000805/listing.html
NAICS: 562910. RECOVERY--THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES
ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS UNDER
W912DQ-05-D-0002-000805. MODIFICATION TO AN EXISTING TASK ORDER. The Kansas
City District of the U.S. Army Corps of Engineers intends to issue a task
order modification using American Recovery and Reinvestment Act (ARRA)
funds on contract task order W912DQ-05-D-0002-0008 for the completion of
Remedial Action, Operable Unit 2 (OU2), at the Horseshoe Road Complex
Superfund Site, Sayreville, New Jersey. The project was originally competed
and awarded as a Cost Plus Fixed Fee Completion Basis Task Order to Conti
Federal Services, Inc. (CAGE Code: 0WZD6). This modification will add
funding in the amount of $5,000,000.00 for work previously negotiated. In
compliance with the transparency and accountability requirements associated
with the supplemental appropriations provided by the American Recovery and
Re-Investment Act (ARRA) of 2009, Pub.L. 11-5; the Government posts this
preaward notice of modification to an existing Cost Plus Fixed Fee Task
Order for Remedial Action at the Horseshoe Road Complex Superfund Site,
Sayreville, New Jersey. A Cost Plus Fixed Fee modification to an existing
Task Order will be issued under Contract W912DQ-05-D-0002-0008, which was
competitively awarded. Uncertainties involved in contract performance did
not permit costs to be estimated with sufficient accuracy to use any type
of fixed price contract. As such, a cost-reimbursement type action was
awarded (FAR 16.301-2). Procurement of a Cost Plus Fixed-Fee modification
to the existing Task Order will offer significant flexibility for
responding to contaminant conditions that are not well defined at this
project. Additionally, the USACE Horshshoe Road project team is capable and
prepared to provide qualified staff for monitoring contractor performance
to mitigate risks and to ensure that all alternatives have been considered.
The project team is also able and has experience to monitor the task order
to ensure that performance, cost and schedule goals are being met,
including but not limited to, implementing quality assurance procedures
established for the contract, and completing timely contractor performance
evaluations that accurately reflect the contractors actual performance.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=a7f650d132e67bfba9ccbc769d538aa7&tab=core&_cview=0
Posted: 07/01/09
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: July 3, 2009
ISSUE: FBO-2776
RECOVERY: REMEDIAL ACTION FOR JACOBSVILLE NEIGHBORHOOD SOIL CONTAMINATION
SITE
SOL: PR-R5-09-10184
POC: Donna A. Flenard, (312) 353-1612, E-MAIL: flenard.donna@epa.gov ; Norvelle Merrill-Crawford,
(312) 886-6271, merrill-crawford.norvelle@epa.gov
POP: MAIN AND ILLINOIS, EVANSVILLE, IN 47710.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/EPA/OAM/MMC-10J/PR-R5-09-10184/listing.html
NAICS: 562910. RECOVERY: THIS NOTICE IS PROVIDED FOR INFORMATIONAL PURPOSES
ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS UNDER REMEDIAL
ACTION CONTRACT II (RAC II), CONTRACT NO. EP-S5-06-02. The Environmental
Protection Agency (EPA), Region 5 will be issuing a contract modification
to obligate funds for a Work Assignment (WA) under the RAC II contract to
excavate and dispose of lead and arsenic-contaminated soil at approximately
125 homes. Yards will be reseeded and returned to their original condition.
The WA is estimated to be $5,000,000. The Contracting Officer for the WA
will be Ms. Norvelle Merrill-Crawford, (312) 886-6271,
merrill-crawford.norvelle@epa.gov. Contracting Office Address: 77 West
Jackson Boulevard, Chicago, Illinois 60604.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=656b0dceddaeefc874b94442b488b441&tab=core&_cview=0
Posted: 06/30/09
SPONSOR: Environmental Protection Agency, Office of Acquisition Management,
Region V, Acquisition and Assistance Section (MMC-10J), 77 West Jackson Boulevard, Chicago, IL 60604
PUBLICATION DATE: July 2, 2009
ISSUE: FBO-2775
RECOVERY--F--MODIFICATION FOR WORK AND SERVICES NECESSARY TO PROCEED
THROUGH THE COMPREHENSIVE ENVIRONMENTAL RESPONSE COMPENSATION AND LIABILITY
ACT (CERCLA) PROCESS AT THE SYLVANIA CORNING FUSRAP SITE, HICKSVILLE, NEW
YORK
SOL: W912DQ-08-D-0018-0011-01
POC: Justin Cofer, (816) 389-3805, E-MAIL: US Army Engineer District, Kansas
City, justin.l.cofer@usace.army.mil
POP: US Army Engineer District,
Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street
Kansas City MO<br /> 64106-2896<br /> WEB: FBO.gov Permalink
https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-08-D-0018-0011-01/listing.html
NAICS: 541330. RECOVERY--THIS NOTICE IS
PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY
TO CONTRACTORS UNDER W912DQ-08-D-0018-0011-01. MODIFICATION TO EXISTING
CONTRACT TASK ORDER - The Kansas City District of the U.S. Army Corps of
Engineers intends to issue a task order modification using American
Recovery and Reivestment Act (ARRA) funds on contract
W912DQ-08-D-0018-0011. This project was originally competed under
solicitation number W912DQ-08-R-0048 and awarded to CDM Federal Programs
Corporation. This work is performance Phase 3b Field Activities for the
Sylvania Corning FUSRAP Site, in Hicksville, New York.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=dc590189637ec0093bcd55b42205ff26&tab=core&_cview=0
Posted: 06/29/09
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
SUBFILE: PSE (U.S. GOVERNMENT PROCUREMENTS, SERVICES)
SECTION HEADING: F Natural Resources and Conservation Services
PUBLICATION DATE: July 1, 2009
ISSUE: FBO-2774
AFTON POST & POLE REMEDIATION PROJECT (AWARD)
SOL: AG-02NV-S-09-0071
POC: Kellie Shaw, 208-557-5766, E-MAIL: kjshaw@fs.fed.us ; Bradley G. Bauer, 208-557-5768, bgbauer@fs.fed.us
CNT AG-02NV-C-09-0007 AMT $39,629.00 LINE ALL DTD 062909 TO: Northwest
Technologies, 11911 W. Franklin Road, Boise, Idaho 83709. POP:
Bridger-Teton National Forest, Greys River Ranger District, Afton, Wyoming,
83110. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/USDA/FS/02S2/AG-02NV-S-09-0071/listing.html
NAICS: 562910. Award notice for the Afton Post & Pole Remediation Project
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=abd47fc1f6dcf46507f50c9c79e16991&tab=core&_cview=0
Posted: 06/29/09
SPONSOR: Department of Agriculture, Forest Service, R-4 IDAWY Acquisition
Service Center, 1405 Hollipark Drive, Idaho Falls, Idaho, 83401
PUBLICATION DATE: July 1, 2009
ISSUE: FBO-2774
REMEDIAL ACTION CONTRACT II (RAC II) (AWARD)
SOL: PR-R4-08-10120
POC: CHARLES K. HAYES, Contract Specialist, (404)562-8377, E-Mail: hayes.charles@epa.gov
CNT EP-S4-09-02 AMT 150,000,000.00 LINE All DTD 062909 TO: BLACK & VEATCH SPECIAL PROJECTS CORP.,
6601 COLLEGE BOULEVARD Overland Park, KS 66211 WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/EPA/OAM/RegIV/Awards/EP-S4-09-02.html
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=bce2f694ebe859c7c5365f31ce378454&tab=core&_cview=0
Posted: 06/29/09
SPONSOR: Environmental Protection Agency, Office of Acquisition Management,
Region IV, Acquisition Management Section 61 Forsyth Street,
S.W. Atlanta, GA 30303
PUBLICATION DATE: July 1, 2009
ISSUE: FBO-2774
RECOVERY: REMEDIAL ACTION FOR JACOBSVILLE NEIGHBORHOOD SOIL CONTAMINATION
SITE (AWARD)
SOL: PR-R5-09-10184
POC: Donna A. Flenard, (312) 353-1612, E-MAIL: flenard.donna@epa.gov; Norvelle Merrill-Crawford,
(312) 886-6271, merrill-crawford.norvelle@epa.gov CNT EPS50602MOD71 AMT $5,000,000.00 DTD 070209
TO: SulTRAC JV, 1 South Wacker Drive, Chicago, Illinois 60606.
POP: MAIN AND ILLINOIS, EVANSVILLE, Indiana 47710.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/EPA/OAM/MMC-10J/PR-R5-09-10184/listing.html
NAICS: 562910. RECOVERY: The purpose of this modification is to obligate $5,000,000
for the Jacobsville Soil Contamination Site in Evansville, Indiana. The
period of performance for the work assignment is projected to be from
7/2/09 to 6/28/11. Work to be performed is the excavation and disposal of
lead and arsenic-contaminated soil at approximately 125 homes. Yards will
be reseeded and returned to their original condition. This RAC II contract
was competitively awarded in strict accordance with the FAR but is not
fixed price. Although the Agency's RACS II contracts were not initially
awarded as fixed price contracts, the contract structure was selected to
ensure the greatest incentive for efficient and economical performance
given the types of services to be performed. RACS II contracts were the
most appropriate contractual vehicles for fulfilling the requirements of
the ARRA in the most prudent business manner within the time constraints
imposed, and consistent with EPA plans to promote the goals of the ARRA,
All other terms and conditions remain unchanged.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=dbd441739514c30f7355c0ceff13287e&tab=core&_cview=0
Posted: 07/02/09
SPONSOR: Environmental Protection Agency, Office of Acquisition Management,
Region V, Acquisition and Assistance Section (MMC-10J), 77 West
Jackson Boulevard, Chicago, Illinois, 60604
PUBLICATION DATE: July 4, 2009
ISSUE: FBO-2777
RECOVERY--R--RESIDENTIAL REMEDIATION, EPA SUPERFUND SITE LOCATED IN EUREKA,
UT (AWARD)
SOL: W912BV-04-D-2024
POC: Patricia Overgaard, 402-995-2062, E-MAIL: US Army Corps of Engineer - Omaha District,
pat.m.overgaard@usace.army.mil CNT W912BV-04-D-2024-002201
AMT 13,500,940.00 LINE 01,02,03,04,05,17,33,37,38,39,40 DTD 063009
TO: Shaw Environmental, Inc., 3010 BrianPark Dr., Ste 4N, Houston, TX 77042-3750.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA45/W912BV-04-D-2024/listing.html
NAICS: 562910. This contract action
was not awarded as a fixed price type because uncertainties involved in
contract performance did not permit costs to be estimated with sufficient
accuracy to use any type of fixed price contract. As such, a
cost-reimbursement type action was awarded (FAR 16.301-2). Residential
Remediation Activities located at the Eureka Mills Superfund Site, Eureka,
Utah. This action is a modification to an existing project that was
originally competed between W912BV-04-D-2024 - Shaw Environmental,
W912BV-04-D-2025 - Tetra Tech and W912BV-04-D-2026 - Weston Solutions under
the Tulas District CEC MATOC. PROVIDED FOR INFORMATIONAL PURPOSES ONLY.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=a4fd166897113d2d2a6619b108ac313e&tab=core&_cview=0
Posted: 06/30/09
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, U.S. Army
Engineer District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
PUBLICATION DATE: July 2, 2009
ISSUE: FBO-2775
RECOVERY--F--MODIFICATION FOR WORK AND SERVICES NECESSARY TO PROCEED
THROUGH THE COMPREHENSIVE ENVIRONMENTAL RESPONSE COMPENSATION AND LIABILITY
ACT (CERCLA) PROCESS AT THE SYLVANIA CORNING FUSRAP SITE, HICKSVILLE, NEW
YORK. (AWARD)
SOL: W912DQ-08-D-0018-0011-01
POC: Justin Cofer, (816) 389-3805, E-MAIL: US Army Engineer District, Kansas City,
justin.l.cofer@usace.army.mil CNT W912DQ-08-D-0018-0011-01 AMT
4,399,961.00 LINE 0002 - ARRA Sylvania Phase 3B Field DTD 063009
TO: CDM Federal Programs Corporation, 9200 Ward Parkway, Suite 500, Kansas City, MO 64114-3348.
Contact information: (816) 444-8270. WEB: FBO.gov Permalink at
https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-08-D-0018-0011-01/listing.html
NAICS: 541330. This contract action was not awarded as a fixed price type because
uncertainties involved in contract performance did not permit costs to be
estimated with sufficient accuracy to use any type of fixed price contract.
As such, a cost-reimbursement type action was awarded (FAR 16.301-2).
MODIFICATION TO EXISTING CONTRACT TASK ORDER - The Kansas City District of
the U.S. Army Corps of Engineers has awarded a task order modification
using American Recovery and ReinvestmentAct (ARRA) funds on contract
W912DQ-08-D-0018. This project was originally competed under solicitation
number W912DQ-08-R-0048 and awarded to CDM Federal Programs Corporation
(CAGE: 0T3N7). This task order modification award is in the amount of
$4,399,961.00. Procurement of a Cost Plus Fixed-Fee Task Order was selected
as the best method due to the significant flexibility required to respond
to the conditions of this work. The nature of the work being performed in
the field involves a large amount of uncertainty in areas such as drilling
depth and sample analysis. There are also unknowns that the contractor will
need to address, such as the volume and composition of IDW. The field team
will be required to coordinate closely with USACE to make decisions for how
to proceed on an almost daily basis. Additionally, the USACE project team
is capable and prepared to provide monitoring of contractor performance to
mitigate risks and to ensure that all alternatives have been considered.
The project team is also able and has experience to monitor the task order
to ensure that performance, cost and schedule goals are being met,
including but not limited to: implementing quality assurance procedures
established for the contract, and completing timely contractor performance
evaluations that accurately reflect the contractors actual performance.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=64913034d87e0708e0f3d61d679de743&tab=core&_cview=0
Posted: 06/30/09
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: July 2, 2009
ISSUE: FBO-2775
RECOVERY--Z--THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES
ONLY--REMEDIATION AT SHPACK LANDFILL FUSRAP SITE - PHASE II, NORTON, MA
(AWARD)
SOL: DACA31-02-D-0015-DB0116
POC: Brad Schweitzer, 978-318-8022, E-MAIL: US Army Engineer District, New England,
brad.a.schweitzer@usace.army.mil CNT DACA31-02-D-0015-DB0116 AMT
5,000,000.00 Recovery LINE 0001 DTD 063009
TO: Conti Federal Services, Inc., One Gragwood Rd, South Plainfield, NJ 07080. WEB:
FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA33/Awards/DACA31-02-D-0015-DB0116.html
NAICS: 562910. This contract action was not
awarded as a fixed price type because uncertainties involved in contract
performance did not permit costs to be estimated with sufficient accuracy
to use any type of fixed price contract. As such, a cost-reimbursement type
action was awarded (FAR 16.301-2). THIS NOTICE IS PROVIDED FOR INFORMATION
PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS UNDER the
Conti Federal Services, Inc contract DACA31-02-D-0015-DB01 Task Order for
Remedial Action Work Plan to include science and engineering support,
mobilization/demobilization, construction site temporary facilities,
excavate, separate, process ready for shipment radiological contaminated
soils and debris, transportation for disposal at a Government contracted
off-site disposal facility, backfill and restore site, remove temporary
facilities, and related administrative support for Shpack Landfill FUSRAP
Site, Remedial Implementation, Phase II, Norton/Attleboro, MA.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=599dbaf0816891ffb4c3c911c97b4126&tab=core&_cview=0
Posted: 07/01/09
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, U. S. Army
Engineer District, New England, US Army Engineer District, New
England, 696 Virginia Road, Concord, MA 01742-2751
PUBLICATION DATE: July 3, 2009
ISSUE: FBO-2776
RECOVERY--F--MODIFICATION FOR REMEDIAL ACTION, OPERABLE UNIT 2 (OU2) AT THE
HORSESHOE ROAD COMPLEX SUPERFUND SITE, SAYREVILLE, NEW JERSEY (AWARD)
SOL: W912DQ-05-D-0002-000805
POC: Bonnie B Lowe, 816-389-3803, E-MAIL: US Army Engineer District, Kansas City,
bonnie.b.lowe@usace.army.mil CNT W912DQ-05-D-0002-000805 AMT
5,000,000.00 LINE 0004 DTD 070109
TO: Conti Federal Service, Inc., 1 Cragwood Rd Ste 1C, South Plainfield NJ 07080-1440.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-05-D-0002-000805/listing.html
NAICS: 562910. This contract action was not
awarded as a fixed price type because uncertainties involved in contract
performance did not permit costs to be estimated with sufficient accuracy
to use any type of fixed price contract. As such, a cost-reimbursement type
action was awarded (FAR 16.301-2). MODIFICATION TO AN EXISTING TASK ORDER.
The Kansas City District of the U.S. Army Corps of Engineers awarded the
task order modification using American Recovery and Reinvestment Act (ARRA)
funds on contract task order W912DQ-05-D-0002-0008, Modification 5, for the
completion of Remedial Action, Operable Unit 2 (OU2), at the Horseshoe Road
Superfund Site, Sayreville, New Jersey. The project was originally competed
and awarded as a Cost Plus Fixed-Fee Completion Basis Task Order to Conti
Federal Services, Inc. (CAGE Code: 0WZD6). In compliance with the
transparency and accountability requirements associated with the
supplemental appropriations provided by the American Recovery and
Re-Investment Act (ARRA) of 2009, Pub.L. 11-5; the Government posts this
preaward notice of modification to an existing Cost Plus Fixed Fee Task
Order for Remedial Action at the Horseshoe Road Superfund Site, Sayreville,
New Jersey. This modification award was $5,000,000.00 and it was to fund a
change order that was negotiated. The original contract action and follow
on modification was not awarded as a fixed price contract type because
uncertainties involved in contract performance did not permit costs to be
estimated with sufficient accuracy to use any type of fixed price contract.
As such, a cost-reimbursement type action was awarded (FAR 16.301-2).
Procurement of a Cost Plus Fixed-Fee modification to the existing Task
Order will offer significant flexibility for responding to contaminant
conditions that are not well defined at this project. Additionally, the
USACE Horseshoe Road project team is capable and prepared to provide
qualified staff for monitoring contractor performance to mitigate risks and
to ensure that all alternatives have been considered. The project team is
also able and has experience to monitor the task order to ensure that
performance, cost and schedule goals are being met, including but not
limited to, implementing quality assurance procedures established for the
contract, and completing timely contractor performance evaluations that
accurately reflect the contractors actual performance.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=d342da7749bcf9e89b1f9c27c161c441&tab=core&_cview=0
Posted: 07/01/09
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: July 3, 2009
ISSUE: FBO-2776