U.S. EPA Contaminated Site Cleanup Information (CLU-IN)


U.S. Environmental Protection Agency
U.S. EPA's Technology Innovation Program

Federal Business Opportunities (FedBizOpps)

View Notices for:

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