Notices for February 6-12, 2017
This update contains summaries of procurement notices issued between February 6-12, 2017 that pertain to hazardous waste, investigation and cleanup of environmental contamination, and related 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.
S--CHEMICAL SPILL RESPONSE (SRCSGT)
SOL: VA26117Q0294
DUE: 021417
POC: Rico Johnson, Rico.Johnson@va.gov.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26117Q0294/listing.html
NAICS: 541620. This announcement is a sources sought notice for market research purposes only. The Department of Veterans Affairs is in the process of determining the acquisition strategy for Hazardous Spill Cleanup service for VA Palo Alto Health Care Systems located in Palo Alto, Menlo Park, and Livermore, CA. Please note that this RFI is for information only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Government. However, all interested parties who believe they can meet the requirement are invited to submit information describing their capabilities toward providing the required services. The contractor shall be qualified to carry out a wide range of hazardous chemicals, non-hazardous chemicals, universal waste, and DEA drug waste emergency spill response services; manpower to transport hazardous waste in relationship to a spill response from all facilities within VAPAHCS to a central accumulation area or to a Treatment Storage and Disposal Facility, on an as needed basis. This contract will NOT include the disposal of radiological, infectious or bio-hazardous waste, but may include small qualities for dual waste (i.e., infectious and hazardous waste). The contractor shall provide all labor, supervision, materials, equipment, sanitized, disinfected and labeled containers, transportation, facilities, supplies, and waste manifests. Contactor shall collect, analyze, prepare, package, label, remove, transport, store, treat and dispose of hazardous waste under the resulting contract in accordance with the terms and conditions, specifications and in accordance with the Joint Commission on Accreditation of Healthcare Organizations (JCAHO), in accordance with all federal, state, and local laws, policies and guidelines, and VA infectious medical waste requirement. Period of performance is one base year plus 4 option years. The NAICS code is 541620. The Small Business size standard is $15 million. The information received as a result of this notice will be considered solely for the purpose of determining whether to conduct a competitive procurement. SUBMIT CAPABILITIES STATEMENTS VIA EMAIL BY OR BEFORE 2:00 PT ON FEBRUARY 14, 2017.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=dbe76ed3b3f71e9e4ec28db639bf1f1c&tab=core&_cview=0
Posted: 02/08/17
SPONSOR: Department of Veterans Affairs, VA Northern California Health Care System.
PUBLICATION DATE: February 10, 2017
ISSUE: FBO-5558
F--GRSM GUANO REMOVAL (COMBINE)
SOL: 40319176
DUE: 021717
POC: Client Services, Sourcing Agent, 1.877.9FEDBID, Fax: 703.442.7822, clientservices@fedbid.com.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DOI/NPS/APC-IS/40319176/listing.html
NAICS: 562910. THIS REQUIREMENT IS A SMALL BUSINESS SET-ASIDE. The National Park Service SER NORTH MABO requires Guano Removal from attic space of two historic structures in Cataloochee Valley Great Smoky Mountains National Park: Jarvis Palmer House and the Hiram Caldwell House. Large quantities of guanao present in these structures need to be removed and disposed of by an environmental abatement company. The solicitation pricing on FedBid will start on the date this solicitation is posted, and WILL END AT 14:00:00.0 ET ON FEBRUARY 17, 2017.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=43268499fbfc29804737822dd7a7ddae&tab=core&_cview=0
Posted: 02/07/17
SPONSOR: Department of the Interior, National Park Service.
PUBLICATION DATE: February 9, 2017
ISSUE: FBO-5557
F--BPA IS SEEKING SOURCES FOR ALL TYPES OF HAZARDOUS MATERIAL ABATEMENT (SRCSGT)
SOL: F17PS00287
DUE: 022217
POC: Daniel Guffey, Contracting Officer, 360-619-6083, Fax: 360-524-1932.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DOI/FWS/CGSWO/F17PS00287/listing.html
NAICS: 562910. Bonneville Power Administration (BPA) is seeking sources for all types of Hazardous Material Abatement for IDIQ Multiple-Award Task-Order Contracts (MATOCs). Interested vendors are invited to fill out the survey at SurveyMonkey: https://www.surveymonkey.com/r/MBYH8JV . BPA does not follow the FAR; it has its own regulation called the BPI that uses meaningful competition rather than full and open. Interested vendors must fill out the survey in order to receive the RFP. No other notice will be given on FedBizOpps for this opportunity. THE CLOSING DATE FOR RESPONSES IS FEBRUARY 22, 2017.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=714204c220995679668a545f7c45e766&tab=core&_cview=1
Posted: 02/07/17
SPONSOR: Department of the Interior, Fish and Wildlife Service, CGS-WO, Portland, OR.
PUBLICATION DATE: February 9, 2017
ISSUE: FBO-5557
NOTICE OF INTENT TO EXTEND THE PERIOD FOR PERFORMANCE FOR CONTRACT NOS. W912DR-12-D-0006, W912DR-12-D-0007, W912DR-12-D-0008, W912DR-12-D-0009 AND W912DR-12-D-0010 FOR ENVIRONMENTAL SERVICES FOR THE US CORPS OF ENGINEERS BALTIMORE DISTRICT. (SNOTE)
SOL: W912DR-12-D-0006-0010
DUE: 022317
POC: Kathy Brown, Kathryn.E.Brown@usace.army.mil, 410-962-2585.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-12-D-0006-0010/listing.html
NAICS: 541330. USACE, Baltimore District intends to extend the current Multiple Award Environmental Service (MAES) Contract Nos: W912DR-12-D-0006, W912DR-12-D-0007, W912DR-12-D-0008, W912DR-12-D-0009, and W912DR-12-D-0010. The current contract expires January 31, 2017, and is anticipated to be extended to September 30, 2017, to ensure the Agency has contracts in place while the new MAES contract is being procured. This notice is not a request for competitive proposals. All responsible sources may submit a capability statement, which shall be considered by the agency. CAPABILITY STATEMENTS MUST BE RECEIVED BY 11:59 PM ET ON FEBRUARY 23, 2017. Submissions will be reviewed to determine if they can meet the requirement. A determination by the Government to compete this proposed contract based upon responses to this notice (i.e., as any type of set-aside) is solely within the discretion of the Government.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=e85f94fc6604190f2b259862727cc0ae&tab=core&_cview=0
Posted: 02/09/17
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore.
PUBLICATION DATE: February 11, 2017
ISSUE: FBO-5559
REMOVE DETERIORATED ASBESTOS INSULATION (COMBINE)
SOL: W90VN817R0004
DUE: 022417
POC: OK, Sun Hui, Contract Specialist, sun.h.ok.ln@mail.mil, Phone: 011825033548127.
WEB: FBO.gov Permalink at https://www.fbo.gov/notices/1a5fb902972b98d5e61491bde84a4412
NAICS: 562910. Replace old and damaged asbestos insulation. See details in the attachments to the notice at FedBizOpps. RESPONSES ARE DUE BY OR BEFORE 1:00 PM ET ON FEBRUARY 24, 2017. Place of Performance: Anchong-ri, Paengsong-up, Pyeongtaek City, South Korea.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=1a5fb902972b98d5e61491bde84a4412&tab=core&_cview=0
Posted: 02/09/17
SPONSOR: Department of the Army, Army Contracting Command, ECC, 411th CSB Korea (W90VN8) RCO Camp Humphreys.
PUBLICATION DATE: February 11, 2017
ISSUE: FBO-5559
ENVIRONMENTAL COMPLIANCE AND HAZARDOUS MATERIAL/WASTE MANAGEMENT SUPPORT SERVICES (SRCSGT)
SOL: W912GB-17-X-0033
DUE: 022817
POC: Bjorn T. Hale, Contract Specialist, bjorn.t.hale2@usace.army.mil, Phone: 49061197442301; Delos C Halterman, Contracting Officer, Delos.C.Halterman@usace.army.mil.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-17-X-0033/listing.html
NAICS: 541620. This announcement seeks information from industry which will be used for preliminary planning purposes. No proposals are being requested or accepted with this announcement. Sources are being investigated for IDIQ contract(s) for Environmental Compliance and Hazardous Material/Waste Management Support Services in Germany, Poland, Hungary, Romania, Belgium and the Netherlands under NAICS code 541620. These contracts may be used to support U.S. Army Europe installations and/or other U.S. Government Agency requirements. It is estimated that the bulk of the work will take place in Germany, Poland, Hungary, Romania, Belgium and the Netherlands. To a lesser extent, work may be located in a wide variety of other countries (see list in FedBizOpps notice). The amount of work for each contract will not exceed $9.5M across the base and all option periods with a maximum limit per task order of $2.5M. Work will be issued by negotiated firm-fixed-price task orders not to exceed these maximum limits. The contract will include a base period of three years and two option periods (not to exceed one year), for a total contract performance period not to exceed five years. The contract is anticipated to be awarded in 1st Quarter FY18. Small and Small Disadvantaged Business requirements are waived for this project due to its OCONUS location. The Government reserves the right to award an additional contract from the solicitation within one year from contract award date. Under the planned contract(s), the contractor shall provide all labor, supervision, transportation, supplies, vehicles, tools, materials, equipment and incidental services required to execute and document results of environmental compliance and hazardous material/waste management support at DoD facilities. The purpose of this sources sought is to gain knowledge of interest and qualifications of firms who have the capabilities to complete and perform contracts of this magnitude, and to address any questions, recommendations, or concerns from Industry. The Government must ensure there is adequate competition among a potential pool of responsible contractors. Prior Government contract work is not required for submitting a response under this sources sought. Responses to this notice will assist the Corps of Engineers in tailoring requirements in a future solicitation to be consistent with industry capabilities. INTERESTED CONTRACTORS SHOULD SUBMIT CAPABILITIES STATEMENTS VIA EMAIL BY 1600 HOURS CENTRAL EUROPEAN TIME ON TUESDAY, FEBRUARY 28, 2017, to bjorn.t.hale2@usace.army.mil. No hard copies will be accepted.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=a17a16070192e6662de0b8368b62aa7c&tab=core&_cview=0
Posted: 02/10/17
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE District, Europe.
PUBLICATION DATE: February 12, 2017
ISSUE: FBO-5560
DOE OFFICE OF ENVIRONMENTAL MANAGEMENT BUSINESS OPPORTUNITIES FORUM - 3-2017 (SNOTE)
SOL: EM_BUSINESS_FORUM_3-2017
DUE: 030217
POC: Carol Ward, 202-586-2975, carol.ward@em.doe.gov.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DOE/PAM/HQ/EM_BUSINESS_FORUM_3-2017/listing.html
NAICS: 562910. DOE's next Office of Environmental Management (EM) Business Opportunity Forum has been scheduled for March 7, 2017, from 10:20 AM to 12:00 noon MT (Arizona). Topics will include a discussion on status of ongoing and upcoming procurement opportunities. Interested firms are invited to attend the event to learn the latest news on doing business with EM. The event will be held in Phoenix in Exhibit Hall 4, Phoenix Convention Center during the Waste Management Conference. Attendees must be registered for the conference and be in possession of a conference badge to gain access. There is no charge to attend, but pre-registration is a must. To do so, please contact Ms. Carol Ward at carol.ward@em.doe.gov by March 2, 2017. Provide your name, title, and company name. This Business Opportunity Forum will offer WebEx capability for those not attending the Waste Management Conference. Information on connecting via the web will be sent out prior to the forum. Pre-registration for WebEx is essential to timely receipt of the connection information. Direct questions to Ms. Carol Ward at carol.ward@em.doe.gov.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=7c0bc8ff51c2356da1e3ac7858214e6b&tab=core&_cview=0
Posted: 02/10/17
SPONSOR: Department of Energy.
PUBLICATION DATE: February 12, 2017
ISSUE: FBO-5560
F--INDUSTRIAL HYGIENE SERVICES: AIR MONITORING AND ASBESTOS TESTING VA PALO ALTO HEALTH CARE SYSTEM (COMBINE)
SOL: VA26117R0104
DUE: 030317
POC: Jet I. Flores, Contract Specialist, jet.flores@va.gov.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26117R0104/listing.html
NAICS: 541620. This announcement constitutes the only solicitation. THIS REQUIREMENT IS SET-ASIDE FOR SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES (SDVOSBs). The NAICS code is 541620 and the size standard is $15 million. The contractor shall provide air monitoring and testing for asbestos in accordance with the statement of work. The period of performance is five years, consisting of a base year plus four option years. RESPONSES ARE DUE BY OR BEFORE MARCH 3, 2017.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=ac83aa67c658fe03b3bf1fabe1af6b39&tab=core&_cview=0
Posted: 02/08/17
SPONSOR: Department of Veterans Affairs, VA Northern California Health Care System.
PUBLICATION DATE: February 10, 2017
ISSUE: FBO-5558
OPERATION OF LANDFARM FACILITIES, CP CASEY (COMBINE)
SOL: W91QVN17T0004
DUE: 030517
POC: Kyong Ae Yi, kyongae.yi4.ln@mail.mil, Phone: 3157246400.
WEB: FBO.gov Permalink at https://www.fbo.gov/notices/fb19fc0658f127f387407e2c2342a132
NAICS: 562211. The Contractor shall provide all personnel, equipment, labor, supplies, tools, materials, transportation, supervision and any other resources necessary to operate a land-farm facility. All work shall be executed after consultation with COR. The contractor shall ensure that a minimum of 1,050 cubic meters of the contaminated soils shall be treated/cleaned by batching three times a year in treatment beds. The Contractor shall reach a target level of 500 milligrams per kilogram (mg/kg) by TPH (Total Petroleum Hydrocarbon) test at the time of completion of POL-contaminated soil land farming. This target level shall be lower than the cleanup goal of 800 mg/kg set by Korean Environmental Regulation. The Contractor shall provide on-site lab testing equipment to monitor the progress of the decomposition of the contaminants in the soil. When the treated soils meet target level (less than 500mg/kg) by TPH test, contractor shall remove the treated soil from the treatment bed. Contractor shall coordinate with the COR before removing any soil from the treatment area. Contractor shall protect the clay bedding material during all phases of operations. The contractor shall ensure the liners, berms, and all piping systems of the Land-farm facility are protected from damage during removal operations. Contractor shall store the treated soil at a treated soil stockpile area designated by the COR. Contractor shall record the volume of the treated soil removed from the treatment beds. Contractor is responsible for dust and erosion control of soil before, during, and after treatment. The soil collected at the untreated and treated stockpile areas shall be protected from wind and heavy rain. The contractor shall be responsible for removing any eroded soil outside of the berm area and placing the soil back into the berm. RESPONSES ARE DUE BY OR BEFORE 11:59 PM ET ON MARCH 5, 2017.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=fb19fc0658f127f387407e2c2342a132&tab=core&_cview=0
Posted: 02/06/17
SPONSOR: Department of the Army, Army Contracting Command, ECC, 411TH CSB Korea (W91QVN) RCC Yongsan.
PUBLICATION DATE: February 8, 2017
ISSUE: FBO-5556
ARCHITECT-ENGINEER (A-E) ENVIRONMENTAL ENGINEERING SERVICES AT SANTA SUSANA FIELD LABORATORY (SSFL) (SRCSGT)
SOL: NNM17615765P
DUE: 031317
POC: Kimberly J Spencer, Contract Specialist, kim.spencer@nasa.gov, 256-544-1479.
WEB: FBO.gov Permalink at https://www.fbo.gov/notices/b8a0a4bac27c636a1a4066d52593a6e1
NAICS: 541330. NASA MSFC has a requirement for continuation of Architect-Engineer Environmental Engineering Services at Santa Susana Field Laboratory (SSFL) located in Ventura County, California, for environmental remediation, compliance, and monitoring services at SSFL. NASA MSFC INTENDS TO PROCURE THESE SERVICES FROM CH2M HILL, INCORPORATED pursuant to FAR 6.302-1(a)(1), which implements the authority of 10 U.S.C. 2304(c)(1) when an Agency's need for supplies or services is available from only one responsible source that will satisfy Agency requirements and FAR 6.203-1(a)(2)(iii)(B), unacceptable delays in fulfilling the Agency's requirements.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=b8a0a4bac27c636a1a4066d52593a6e1&tab=core&_cview=0
Posted: 02/09/17
SPONSOR: National Aeronautics and Space Administration, Marshall Space Flight Center, AL.
PUBLICATION DATE: February 11, 2017
ISSUE: FBO-5559
B--SOURCES SOUGHT - WATER QUALITY SAMPLE ANALYSIS (SRCSGT)
SOL: R17PS00461
DUE: 031617
POC: Jennalyn Schilke, jschilke@usbr.gov.
WEB: FBO.gov Permalink at https://www.fbo.gov/notices/6be402c00002ad71500777b264faeb3e
NAICS: 541380. THIS REQUIREMENT IS A TOTAL SMALL BUSINESS SET-ASIDE. This is a sources sought synopsis for acquisition planning purposes and no formal solicitation exists at this time. The Bureau of Reclamation, Lower Colorado Region, requires an experienced laboratory familiar with the Colorado River and its tributaries to conduct laboratory analysis of water samples. Reclamation currently tests for chlorophyll (a,b,c), nitrogen (ammonia, nitrates/nitrites, totals, etc), phosphorous (total and ortho-), silica, chlorate (ClO4), total selenium, total suspended solids, total boron, total chromium, chromium VI and mercury. Additional parameters may be requested depending on the project needs. Samples are generally collected by the Government on a quarterly basis from the Colorado River and its tributaries. It is estimated that 437 various samples will be collected per year. In addition to laboratory analysis of samples, firms will provide sample bottles for the expected number of samples collected, prepared with preservatives when necessary, and coolers sufficient to hold ice for at least 48 hours during shipping. Firms will be required to complete reporting within 30 days from the receipt of any samples. The Government anticipates award of a single blanket purchase agreement (BPA) with a 5-year performance period to a vendor that can provide all of the required analyses outlined in this sources sought. RESPONSIBLE FIRMS ARE WELCOME TO SUBMIT A CAPABILITY STATEMENT ON OR BEFORE BY 4:00 PM LOCAL TIME ON MARCH 16, 2017. Submittals will be reviewed and considered by Reclamation during the solicitation planning process.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=6be402c00002ad71500777b264faeb3e&tab=core&_cview=1
Posted: 02/10/17
SPONSOR: Department of the Interior, Bureau of Reclamation, Boulder City, NV.
PUBLICATION DATE: February 12, 2017
ISSUE: FBO-5560
A--ANNUAL BROAD AGENCY ANNOUNCEMENT (BAA) - FY17 ENVIRONMENTAL INITIATIVES FOR NAVAL FACILITIES ENGINEERING AND EXPEDITIONARY WARFARE CENTER (NAVFAC EXWC) ()
SOL: N3943017R7201
DUE: 020918
POC: William J. Hepler, 805-982-3872.
WEB: FBO.gov Permalink at https://www.fbo.gov/notices/87c373a16ac62f5d6e57d2eeef2d2fc6
NAICS: 541712. This announcement constitutes a Broad Agency Announcement (BAA) for the Naval Facilities Engineering and Expeditionary Warfare Center (NEXWC). THIS ANNOUNCEMENT IS OPEN FOR ONE YEAR FROM THE DATE OF PUBLICATION, UNTIL FEBRUARY 9, 2018. Proposals may be submitted at any time during this period. This announcement seeks out technologies and methodologies to reduce environmental impacts from current and past Navy operations, and applies to Navy installations worldwide, specifically environmental technologies and methodologies that are either new, innovative, advance the state-of-the-art, or increase knowledge or understanding of a technology or methodology. The 6 areas of interest include TOPIC NO. 1: ENVIRONMENTAL ASSESSMENT, RESTORATION AND CLEANUP. Services to assess and/or remediate existing pollution generated by military operations, including methodologies for evaluation of ecological risk, risk reduction, and/or establishing risk based cleanup goals; and TOPIC NO 3: UNEXPLODED ORDNANCE (UXO). Services for explosive ordnance detection, location, de-energizing, disposal or remediation of UXO generated by military operations. This announcement is for abstracts/white papers only. Each abstract must be specific to one of the topic areas. Multiple submissions are acceptable. Abstracts will be evaluated on relevance and merit. The abstract may be supplemented by resumes and lists of relevant publications and prior government projects. Abstract submittals to this BAA can be made using the abstract form and instructions located at http://www.navfac.navy.mil/navfac_worldwide/specialty_centers/exwc/products_and_services/ev/ec/baa.html . When an abstract aligns with a customer need and funding, the contracting office may request a full proposal. Additional guidance will be provided at that time regarding cost and pricing submittals, in addition to a more comprehensive technical submission. Unsuccessful abstracts will NOT receive a detailed description of the reasons for abstract rejection due to the anticipated volume of submissions. As no funding for contracts has been reserved in advance, NEXWC will be sharing qualified abstracts with other federal government activities to seek demonstration sites and/or funding.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=87c373a16ac62f5d6e57d2eeef2d2fc6&tab=core&_cview=0
Posted: 02/10/17
SPONSOR: Department of the Navy, Naval Facilities Engineering Command, NAVFAC EXWC Port Hueneme.
PUBLICATION DATE: February 12, 2017
ISSUE: FBO-5560
Z--ASBESTOS ABATEMENT BLDG. 200, ROOM C129 578-16-041 (PRESOL)
SOL: VA69D17B0605
POC: Isabell Coad, Contract Specialist, isabell.coad@va.gov, 224-610-3646.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D17B0605/listing.html
NAICS: 562910. For a forthcoming procurement, the Department of Veterans Affairs Veterans Health Administration (VHA), Great Lakes Acquisition Center (GLAC/NCO12) requires Contractor(s) to provide all resources, labor, personnel, equipment, tools, materials, vehicles, transportation, and supervision necessary and required to perform the work associated with project 578-16-041: Asbestos Abatement Bldg. 200, Rm. C129 (includes floor tile, mastic, drywall, and pipe insulation). THIS CONSTRUCTION PROJECT IS SET ASIDE FOR VETERAN-OWNED SMALL BUSINESS (VOSB). Work is to be completed within 73 calendar days of receipt of a Notice to Proceed. The contractor MUST be licensed in the State of Illinois for Asbestos Abatement/Removal. The contractor MUST be registered with the Illinois Department of Public Health. The contractor MUST show proof of OSHA/EPA Supervisor and Employee training for all personnel. THE SOLICITATION WILL BE ISSUED ON/ABOUT FEBRUARY 24, 2017, with the bid opening on/about March 24, 2017. Details of the pre-construction conference will be included in the solicitation package. The construction magnitude range is between $25,000 and $100,000.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=9208a6c7b2bb678409da99acffdde090&tab=core&_cview=0
Posted: 02/09/17
SPONSOR: Department of Veterans Affairs, VA Great Lakes Healthcare System.
PUBLICATION DATE: February 11, 2017
ISSUE: FBO-5559
Z--ASBESTOS ABATEMENT, BLDG 200, ROOM C132 578-16-043 (PRESOL)
SOL: VA69D17B0606
POC: Isabell Coad, Contract Specialist, isabell.coad@va.gov, 224-610-3646.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D17B0606/listing.html
NAICS: 562910. For a forthcoming procurement, the Department of Veterans Affairs (VA) Veterans Health Administration (VHA), Great Lakes Acquisition Center (GLAC/NCO12) requires Contractor(s) to provide all resources, labor, personnel, equipment, tools, materials, vehicles, transportation, and supervision necessary and required to perform the work associated with Project No. 578-16-043: Asbestos Abatement Bldg. 200, Rm. C132, C132C, C131 and C137 (includes floor tile, mastic, drywall, and pipe insulation). THIS CONSTRUCTION PROJECT IS SET ASIDE FOR VETERAN-OWNED SMALL BUSINESSES (VOSBs). The contractor MUST be licensed in the State of Illinois for Asbestos Abatement/Removal. The contractor MUST be registered with the Illinois Department of Public Health. The contractor MUST show proof of OSHA/EPA Supervisor and Employee training for all personnel. Work is to be completed within 102 calendar days of receipt of a Notice to Proceed. THE SOLICITATION WILL BE ISSUED ON/ABOUT FEBRUARY 24, 2017, with the bid opening on/about March 24, 2017. Details of the pre-construction conference will be included in the solicitation package. The construction magnitude range is between $25,000 and $100,000.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=936ee19940bf7e1dbb3ac1e36e224163&tab=core&_cview=0
Posted: 02/09/17
SPONSOR: Department of Veterans Affairs, VA Great Lakes Healthcare System.
PUBLICATION DATE: February 11, 2017
ISSUE: FBO-5559
Z--B98 TRAMWAY ASBESTOS ABATEMENT VA ILLIANA HEALTHCARE SYSTEMS (PRESOL)
SOL: VA69D17B0608
POC: Isabell Coad, Contract Specialist, isabell.coad@va.gov, 224-610-3646.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D17B0608/listing.html
NAICS: 562910. For a forthcoming procurement, the VA Illiana Healthcare System in Danville, IL, intends to seek a contractor to provide all labor, materials, equipment, supervision, and all other resources necessary to remove all floor tile (approximately 2600 total square feet) and asbestos containing mastic located in the tramways between buildings 98, 104, and 103 per the drawings, specifications, and Statement of Work for Project 550-17-109: B98 Tramway Asbestos Abatement. THIS CONSTRUCTION PROJECT IS SET ASIDE FOR VETERAN-OWNED SMALL BUSINESSES (VOSBs). The contractor MUST be licensed in the State of Illinois for Asbestos Abatement/Removal. The contractor MUST be registered with the Illinois Department of Public Health. The contractor MUST show proof of OSHA/EPA Supervisor and Employee training for all personnel. The construction magnitude range is less than $25,000. THE SOLICITATION WILL BE ISSUED ON FEDBIZOPPS ON OR ABOUT MARCH 3, 2017, with the bid opening on or about April 7, 2017. There will be pre-construction conference held for this project and all prospective bidders are encouraged to attend. Details of the pre-construction conference will be included in the solicitation package.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=395663d6a60381f4ae68fb66eb0d209b&tab=core&_cview=0
Posted: 02/09/17
SPONSOR: Department of Veterans Affairs, VA Great Lakes Healthcare System.
PUBLICATION DATE: February 11, 2017
ISSUE: FBO-5559
Notices for January 30-February 5, 2017
This update contains summaries of procurement notices issued between January 30-February 5, 2017 that pertain to hazardous waste, investigation and cleanup of environmental contamination, and related 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.
FMC LEXINGTON - ASBESTOS ABATEMENT - PHASE IV (SRCSGT)
SOL: IFBP01091700001
DUE: 021017
POC: Jennifer L. Brouillard, Contract Specialist, jbrouillard@bop.gov, 301-317-3255.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DOJ/BPR/10020/IFBP01091700001/listing.html
NAICS: 562910. This notice is issued for market research purposes only. Please do not respond to this notice if you are not seriously interested or if your company does not perform the required work. The Federal Bureau of Prisons anticipates issuance of solicitation IFBP01091700001 for the award of a firm-fixed-price construction contract for a project entitled Asbestos Abatement - Phase IV, at the Federal Medical Center, located in Lexington, Kentucky. FMC Lexington is a federal correctional facility located at 3301 Leestown Road, Lexington, Kentucky 40511. The project consists of furnishing all equipment, materials, and labor for the complete construction of the work. See the Statement of Work/Specifications attachment included (to be issued with the solicitation at a later date) for the complete requirements of the work. The estimated magnitude of the project lies between $250,000 and $500,000. (NOTE: This range is one of 8 available ranges from FAR 36.204 and is not meant to imply that the project has necessarily been estimated/budgeted to the maximum of the selected range. It merely conveys that the estimate/budget lies somewhere within that range.) The NAICS code applicable to this requirement is 562910, with a corresponding small business size standard of $20.5M. The FBOP is seeking small business contractors for this project. Your business size metrics information entered in your SAM registration must be less than or equal to the small business size standard specified above. Interested small business contractors are requested to respond to this notice by adding their names to the Interested Vendors List for this posting in FedBizOpps.gov (must be logged in to your vendor account). The synopsis of proposed contract action will include further instructions for responding to this opportunity.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=a12874e50a060a61f6e794babbb6b583&tab=core&_cview=0
Posted: 01/31/17
SPONSOR: Department of Justice, Bureau of Prisons, Mid-Atlantic Regional Office, Annapolis, MD.
PUBLICATION DATE: February 2, 2017
ISSUE: FBO-5550
ASBESTOS TESTING AND ANALYSIS FOR FORT JACKSON, COLUMBIA, SC (SRCSGT)
SOL: W912HN-17-T-0001
DUE: 021017
POC: Travis J Specht, travis.j.specht@usace.army.mil, 912-652-5470; Adrian Goolsby, Contracting Officer, adrian.e.goolsby@usace.army.mil, 912.652.5289, Fax: 912.652.6061.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-17-T-0001/listing.html
NAICS: 541380. This is a Sources Sought/Request for Information only. The U.S. Army Corps of Engineers, Savannah District, is conducting preliminary research to determine the market capabilities of potential small business contractors to perform asbestos testing and analysis for 18 building at Fort Jackson, Columbia, South Carolina. ONLY SMALL BUSINESSES WILL BE CONSIDERED AT THIS TIME. To be considered for award, labratories but be NIST/NVLAP accredited for asbestos in bulk materials analysis, and must be able to provide documentation thereof. Laboratory also must be accredited by New York State, Department of Health, Environmental Laboratory Approval Program for TEM Analysis 198.4; laboratory must be able to provide documentation thereof. [See FedBizOpps notice for the types of tests required.] Any pricing information submitted will not be considered. CAPABILITIES STATEMENTS ARE DUE BY OR BEFORE 2:00 PM ET ON FEBRUARY 10, 2017.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=5d083375664e42450bb9d66a95457ae9&tab=core&_cview=0
Posted: 01/31/17
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE District, Savannah, GA.
PUBLICATION DATE: February 2, 2017
ISSUE: FBO-5550
CONDUCT LTM AT VARIOUS SITES AT DOBBINS ARB, GEORGIA (COMBINE)
SOL: FA8903-17-R-0041
DUE: 030117
POC: Kerry A. Blevins, Contract Specialist, Kerry.Blevins@us.af.mil, 210-395-8726; Christina Fernandez, Contracting Officer, christina.fernandez@us.af.mil, 210-395-8705.
WEB: FBO.gov Permalink at https://www.fbo.gov/notices/cbd9ad01c4e4a1291d18721b5f8cedd0
NAICS: 562910. The 772d Enterprise Sourcing Squadron/Environmental Contracting (772 ESS/PKS) at JBSA Lackland, TX, has been asked to provide activities for long-term management at various sites at Dobbins Air Force Reserve Base (ARB), Georgia. The Contractor shall perform all necessary activities required to meet the requirements identified in the Performance Work Statement. The period of performance will be 12 months. The 772 ESS/PKS intends to award a single firm-fixed-price contract for conducting long-term management at Dobbins ARB. The NAICS code for this acquisition is 562910 (size standard 750 employees). THIS REQUIREMENT IS A 100% SMALL BUSINESS SET-ASIDE. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The RFP and all applicable documents relevant to the solicitation for conducting long-term management at various sites at Dobbins ARB have been posted/uploaded to the FedBizOpps website. Questions must be received by 2:00 PM CT on February 14, 2017. QUOTES MUST BE RECEIVED BY 2:00 PM CT ON MARCH 1, 2017.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=cbd9ad01c4e4a1291d18721b5f8cedd0&tab=core&_cview=0
Posted: 02/01/17
SPONSOR: Department of the Air Force, AFICA-CONUS, Dobbins AFRB, Marietta, GA.
PUBLICATION DATE: February 3, 2017
ISSUE: FBO-5551
HAZARDOUS TOXIC AND RADIOACTIVE (HTRW) REMEDIATION SERVICES (PRESOL)
SOL: W912P9-17-R-0012
POC: Danielle Gainey, Contract Specialist, danielle.m.gainey@usace.army.mil, 314-331-8520.
WEB: FBO.gov Permalink at https://www.fbo.gov/notices/97fc66aa10937bede5fc5c217deef074
NAICS: 562910. The Government intends to award a Single-Award Task-Order Contract (SATOC) for the continued support of Hazardous, Toxic, and Radioactive Waste (HTRW) investigations and environmental remediation programs and projects managed by the St. Louis District of the U.S. Army Corps of Engineers (USACE). THE CONTRACT WILL BE AWARDED FULL AND OPEN COMPETITION utilizing the best value tradeoff process. Task Orders issued under this contract will be cost-reimbursable cost-plus-fixed-fee (CPFF). This contract will provide for interdisciplinary support for the Formerly Utilized Sites Remedial Action Program (FUSRAP) and other HTRW remediation programs managed by the U.S. Army Corps of Engineers St. Louis District. The Contractor, operating as an independent contractor and not as an agent of the Government, shall provide all necessary labor, material, and equipment to provide the requested services unless otherwise furnished by the government. The work at the FUSRAP St. Louis sites falls under CERCLA. The St. Louis FUSRAP sites contain low-level radiological and chemically contaminated material. The work includes FUSRAP sites managed by the St. Louis District located in the metropolitan St. Louis area and the Iowa Army Ammunition Plant in Burlington, Iowa, as well as within the boundaries of the Mississippi Valley Division or other sites assigned to the St. Louis District. The St. Louis metropolitan area sites are in two primary vicinities, the St. Louis Downtown Site and the St. Louis North County sites (NORCO). The NORCO sites includes the St. Louis Airport Site (SLAPS), SLAPS Vicinity Properties, including Coldwater Creek and the Hiss/Latty Avenue properties. Work may be concurrent at multiple locations within these sites. Sites range from heavily industrialized areas to open fields. The Government may, at its discretion and with concurrence of the Contractor, request the Contractor to perform work in other geographical regions in or out of the St. Louis District's boundaries. The work anticipated under this contract is primarily for, but not limited to, low level radioactive contaminated material investigation, extent of contamination surveys, environmental assessments, on-site laboratory analysis, radiological support, removal action verification, and environmental monitoring. Radiological contaminants are primarily thorium, radium, and uranium, with co-located chemical contamination such as selenium, cadmium, and arsenic. Other services requested will be in connection with performance of administrative recordkeeping and document management, data management, technical/regulatory integration, and project controls necessary for the execution of the St. Louis District FUSRAP. [NOTE: This notice does not provide an anticipated release date for the RFP.]
CITE: https://www.fbo.gov/?s=opportunity&mode=form&tab=core&id=97fc66aa10937bede5fc5c217deef074&_cview=0
Posted: 02/01/17
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE District St. Louis.
PUBLICATION DATE: February 3, 2017
ISSUE: FBO-5551
P--REMOVAL OF 12 GAGING STATIONS FROM THE TALLAHASSEE, TAMPA, AND ORLANDO FIELD AREAS (PRESOL)
SOL: G17PS00193
POC: Alfred Benton, abenton@usgs.gov.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DOI/USGS/USGS/G17PS00193/listing.html
NAICS: 562910. The U.S. Geological Survey, Caribbean-Florida Water Science Center has a requirement to remove transite (asbestos) pipe and concrete stilling wells from the Tallahassee, Tampa, and Orlando field areas. The selected vendor will remove and dispose of the transite pipes and the concrete stilling wells in accordance with all applicable state laws. The project shall be completed within 120 days after notice to proceed is issued. There are no option periods. The magnitude of construction is $50,000 to $100,000. REQUEST FOR QUOTE G17PS00193 WILL BE ISSUED ON OR ABOUT FEBRUARY 27, 2017, with written quotes due on or about April 4, 2017. The anticipated award date of the contract is 05/01/2017. The awarded contractor will be required to provide a performance and payment bond. All contractors submitting proposals will be required to provide a bid bond. A site visit will be held. The date, time, and contact info for the site visit will be in the forthcoming solicitation. Contractors are strongly encouraged to attend the site visit. THIS ACQUISITION IS A TOTAL SMALL BUSINESS SET-ASIDE under NAICS code 562910, with a size standard of $20.5M.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=e5abc499696725ad82a0c68a4bf5978d&tab=core&_cview=0
Posted: 02/03/17
SPONSOR: Department of the Interior, U. S. Geological Survey, Reston, VA.
PUBLICATION DATE: February 5, 2017
ISSUE: FBO-5553
Notices for January 23-29, 2017
This update contains summaries of procurement notices issued between January 23-29, 2017 that pertain to hazardous waste, investigation and cleanup of environmental contamination, and related 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.
Z--ASBESTOS ABATEMENT BLDG. 200 578-16-041 (SRCSGT)
SOL: VA69D17N0510
DUE: 020317
POC: Isabell Coad, isabell.coad@va.gov, 224-610-3646, isabell.coad@va.gov.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D17N0510/listing.html
NAICS: 562910. The Department of Veterans Affairs (VA) is conducting market research to obtain information regarding potential qualified sources and their size classification (service-disabled veteran-owned small business, veteran-owned small business, HUBZone, 8(a), small disadvantage business, woman-owned small business, or large business) to make appropriate acquisition decisions and to gain knowledge of potential qualified businesses interested and capable of performing asbestos abatement and asbestos monitoring at Edward Hines, Jr. VA Hospital in Hines, IL. The project magnitude range is between $25,000 and $100,000. The NAICS code being considered is 562910. Great Lakes Acquisition Center is anticipating awarding two separate contracts in the near future: one contract for asbestos abatement and one contract for asbestos monitoring. The same contractor cannot be awarded both abatement and monitoring at the same time. Submit any questions to isabell.coad@va.gov no later than 3:00 PM CT on January 30, 2017. SUBMIT EXPRESSIONS OF INTEREST AND CAPABILITY BY OR BEFORE 3:00 PM CT ON FEBRUARY 3, 2017.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=0efa3ba47b03229a2a9b246b47047d4e&tab=core&_cview=0
Posted: 01/25/17
SPONSOR: Department of Veterans Affairs, VA Great Lakes Healthcare System.
PUBLICATION DATE: January 27, 2017
ISSUE: FBO-5544
CONSULTING AND ASSESSMENT SERVICE SUPPORT FOR UNEXPLODED ORDNANCE (COMBINE)
SOL: F17PS00252
DUE: 020617
POC: Lisa Coomes, Lisa_Coomes@fws.gov.
NAICS: 562910. This announcement constitutes the only solicitation; proposals are being requested. THIS RFQ IS A TOTAL SMALL BUSINESS SET-ASIDE UNDER NAICS CODE 562910 (Remediation Services), with small business size standards of $20.5M (general) and 750 Employees Environmental Remediation Services (special). Details of this requirement are available only on FedConnect at https://www.fedconnect.net/FedConnect/?doc=F17PS00252&agency=DOI [Note: It might be necessary to copy/paste the URL into your browser for direct access.] A performance work statement and other attachments detail the requirement for support for unexploded ordnance risk management for the Crab Orchard National Wildlife Refuge Environmental Remediation and Restoration Project. Email questions regarding this solicitation to lisa_coomes@fws.gov. No phone calls accepted. All questions must be submitted no later than 11:00 AM CT on February 3, 2017. QUOTES ARE DUE BY 8:00 AM CT ON FEBRUARY 6, 2017.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=5f9977b1717aca5c94f950834e8880cf&tab=core&_cview=0
Posted: 01/27/17
SPONSOR: Department of the Interior, Fish and Wildlife Service, Bloomington, MN.
PUBLICATION DATE: January 29, 2017
ISSUE: FBO-5546
ENVIRONMENTAL RESTORATION SERVICES (SRCSGT)
SOL: W912QR-17-Environmental-Restoration-Services
DUE: 020717
POC: Levi R. Speth, Contract Specialist, levi.r.speth@usace.army.mil.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-17-Environmental-Restoration-Services/listing.html
NAICS: 562910. A market survey is being conducted to determine the following: (1) how to best maximize competition; (2) determine the impact of our acquisition strategy on competition; and (3) determine if there are a reasonable number of interested small business concerns. While all firms (large or small) are encouraged to respond, if your firm is a Small Business, certified HUBZone, 8a, Woman-Owned Small Business, or Service-Disabled Veteran-Owned Business, please respond appropriately. The proposed project is for the award of two separate pools of IDIQ Multiple-Award Task-Order Contracts (MATOC) for Environmental Restoration Services under NAICS Code 562910 within the Lakes and Rivers Division mission boundaries (KY, IN, IL, OH, MI, WI, WV, TN, PA and NY). The proposed contracts will have a 5-year ordering period from date of award. The total estimated capacity is anticipated to be $90M for two MATOC pools ($50M for a small business set-aside pool and $40M for an unrestricted pool). ALL FIRMS UNDER NAICS CODE 562910 ARE ENCOURAGED TO RESPOND TO THIS SURVEY BY EMAIL (10 PAGES MAX) NO LATER THAN 1:00 PM ET ON FEBRUARY 7, 2017.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=88849cdda70f2744406e789776650455&tab=core&_cview=0
Posted: 01/23/17
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, KY.
PUBLICATION DATE: January 25, 2017
ISSUE: FBO-5542
S--ENVIRONMENTAL ANALYTICAL SERVICES, HAMPTON ROADS AREA, VIRGINIA (SRCSGT)
SOL: N4008517R1144
DUE: 020917
POC: LeeArjetta W. Hamilton, 757-341-1971, leearjetta.hamilton@navy.mil.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008517R1144/listing.html
NAICS: 541380. This notice is a market research tool used only for planning purposes to determine the availability and capability of small business sources. Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MIDLANT) Acquisition is seeking certified 8(a) businesses with current relevant qualifications, experience, personnel, and capability to perform a proposed contract. A combination firm-fixed-price/indefinite-quantity type, performance-based contract is anticipated. The total contract term including the exercise of any options, shall not exceed 60 months. Source Selection procedures will be used to evaluate and select the proposal that is most advantageous to the Government. The Contractor shall provide all labor, management, supervision, tools, material and equipment and other items necessary to perform Environmental Analytical Services for the Hampton Roads Area, Virginia. General Work Requirements include (1) Sampling, Field Testing and Laboratory Services, mange a written Sampling Plan, and (2) Storm Event Sampling, Laboratory Operations and Field Testing, Laboratory Waste Disposal and develop a Chemical Hygiene Plan (CHP). One of the main functions of this synopsis is to assist the Contracting Officer in determining whether certified 8(a) is an acceptable strategy for this procurement. All qualified firms are encouraged to respond. The appropriate NAICS Code is 541380. BRIEF CAPABILITIES STATEMENTS MUST BE RECEIVED NO LATER THAN 4:00 PM ET ON FEBRUARY 9, 2017. Electronic submission will be accepted.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=14b2d8d417789e1820376de165b8379e&tab=core&_cview=0
Posted: 01/25/17
SPONSOR: Department of the Navy, Naval Facilities Engineering Command, NAVFAC Mid-Atlantic.
PUBLICATION DATE: January 27, 2017
ISSUE: FBO-5544
RADIO-ANALYTICAL TESTING LAB SERVICES (COMBINE)
SOL: FA8601-17-R-0019SOL
DUE: 021017
POC: Brigette Shepherd, brigette.shepherd-colter@us.af.mil, 937-522-4597.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-17-R-0019SOL/listing.html
NAICS: 541380. This is a combined synopsis/solicitation, which is expected to result in the award of a Blanket Purchase Agreement (BPA). This announcement constitutes the only synopsis/solicitation; proposals are being requested and a written solicitation will not be issued. 711th HPW/OEA requires personnel, equipment, tools, materials, supervision, and other items and non-personal services necessary to perform the tasks defined in the Performance Work Statement dated 11 January 2017 for providing analytical testing of samples for radio-analytical laboratory services. Delivery Schedule: Contract Award through three years: 01 April 2017 - 31 March 2020. Delivery Destination: Wright Patterson Air Force Base. SUBMIT PROPOSALS VIA EMAIL BY OR BEFORE 10:00 AM ET ON FEBRUARY 10, 2017, to brigette.shepherd-colter@us.af.mil.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=02074ba5563a733a3cb1f5e23888e572&tab=core&_cview=0
Posted: 01/27/17
SPONSOR: Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, Dayton, OH.
PUBLICATION DATE: January 29, 2017
ISSUE: FBO-5546
ENVIRONMENTAL SERVICES (COMBINE)
SOL: W912K6-17-Q-2000
DUE: 021017
POC: Mark V Metcalf, mark.v.metcalf.mil@mail.mil, 410-918-6217.
WEB: FBO.gov Permalink at https://www.fbo.gov/notices/c884bc9eb99b56530b84bdfb2f1c49a2
NAICS: 541380. This notice is being posted as an avenue to provide Request for Quotation. The Maryland Air National Guard 2701 Eastern Blvd. Baltimore Md. 21220 is requesting quotes for environmental services. This request will be for a base year plus four option years. THIS PROCUREMENT IS A 100% SMALL BUSINESS SET-ASIDE, NAICS code 541380, with a small business size standard of $15M. The Government intends to make one award. This is a base year plus four OPTION years; base plus 4 options must be priced: EACH CLIN LINE MUST BE PRICED. (1) Monitor and inspect four outfall sites; (2) Monitor seven oil/water separators; (3) Clean the separators; and (4) Hazardous Waste Sample Collection, Laboratory Analysis and Reporting. QUOTES ARE DUE NO LATER THAN 4:00 PM ET ON FEBRUARY 10, 2017. Funds are not presently available for this contract. The government's obligation under this contract is contigent upon the availability of appropriated funds from which payment for contract purposes can be made.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=c884bc9eb99b56530b84bdfb2f1c49a2&tab=core&_cview=1
Posted: 01/27/17
SPONSOR: Department of the Army, National Guard Bureau, 175 MSG/MSC, MD ANG.
PUBLICATION DATE: January 29, 2017
ISSUE: FBO-5546
F--VA262-17-Q-0331, ABATE ASBESTOS IN SEVEN AREAS (COMBINE)
SOL: VA26217Q0331
DUE: 021317
POC: Cecil S. Nichols, Contract Specialist, (562) 766-2267, cecil.nichols@va.gov.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26217Q0331/listing.html
NAICS: 562910. The VA Loma Linda Healthcare System has a requirement to abate asbestos in seven areas located at VA Medical Center Loma Linda, CA. A firm-fixed-price construction award is anticipated. Under NAICS code 562910, A PROPERLY REGISTERED SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) CONTRACTOR SHALL PROVIDE ALL EQUIPMENT, INCIDENTALS, LABOR, MATERIALS, PARTS, TOOLS, AND SUPERVISION as required by the solicitation announcement and statement of work. The intent of this contract includes but is not limited to conduct asbestos abatement and remediation services in seven areas across the facility and maintain infection control measures throughout construction. Project Magnitude is between $25,000 and $100,000 USD. The Period of Performance/Contract Completion Time will be 50 calendar days from receipt of contract award and the issuance of notice to proceed. RESPONSES ARE DUE BY OR BEFORE FEBRUARY 13, 2017.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=be9e53d7f64018dd741a82cfe4f79f64&tab=core&_cview=1
Posted: 01/23/17
SPONSOR: Department of Veterans Affairs, Long Beach VANLO.
PUBLICATION DATE: January 25, 2017
ISSUE: FBO-5542
HAZARDOUS WASTE DISPOSAL AT FT RILEY AND SURROUNDING LOCATIONS (COMBINE)
SOL: SP450017R0005
DUE: 021917
POC: Melissa A. Herrick, Contract Specialist, melissa.herrick@dla.mil, 269-961-5962; Daniel Schuemann, Contracting Officer, daniel.schuemann@dla.mil, 269-961-5238, Fax: 269-961-4417.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DLA/J3/DRMS/SP450017R0005/listing.html
NAICS: 562211. THIS ACQUISITION IS SET ASIDE 100% FOR SMALL BUSINESS CONCERNS. This contract consists of one 30-month Base Period, followed by one 30-month Option Period. Pricing for containerized waste will largely be based upon container sizes and the assigned waste profile, rather than pricing on a per pound basis. Generators are responsible for ensuring their containerized wastes sent for disposal via this contract are in Department of Transportation shippable packaging. This contract is for various military and Government activities located in multiple states. Standard removal timeframe for all sites is 21 calendar days from the date of order issuance, with the exception of Base CLIN NR99. CLINs beginning with "NR99" have a standard removal timeframe of 14 calendar days from the date of order issuance. The Contractor agrees that, for those portions of the services provided on a Government installation, the services will be provided during normal hours of operations for the installation, which are available upon request from the COR. This contract requires the transportation and disposal of RCRA hazardous wastes, non-RCRA wastes, state-regulated wastes, non-state regulated wastes, compressed gas cylinders, and polychlorinated biphenyls (PCBs). Some CLINs ordered under this contract require the Contractor to provide Certificates of Destruction or Disposal (CD), e.g., certain demilitarization items and PCB-related wastes. The Contractor is cautioned to closely read all CLIN descriptions where such requirements are indicated. Unless explicitly required and written into this contract, only those CLINs requiring CDs as described in the Bid Schedule will require that the Contractor provide a CD. RESPONSES ARE DUE BY 3:00 PM ET ON FEBRUARY 19, 2017.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=aca3899f49e3164629234a15c907ae5e&tab=core&_cview=0
Posted: 01/19/17
SPONSOR: Defense Logistics Agency, Federal Building, Battle Creek, MI.
PUBLICATION DATE: January 21, 2017
ISSUE: FBO-5538
GROUNDWATER MONITORING, SAMPLING AND REPORTING, TANK FARM 950, PHILADELPHIA NAVAL SHIPYARD, PHILADELPHIA, PENNSYLVANIA (COMBINE)
SOL: N40085-17-R-5019
DUE: 022017
POC: Alanna Whybrew, alanna.whybrew@navy.mil, 757-341-0081.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N40085-17-R-5019/listing.html
NAICS: 562910. This RFP is open only to the contractors on the Remedial Action Operations/Long-Term Management, Multiple-Award Contract (RAOMAC) for the Mid-Atlantic Areas of Operations under contract numbers N40085-16-D-2288 through 2292: KOMAN Government Solutions, LLC; NOREAS - CB & I JV; Renova-Sovereign Joint Venture; IEI-Tidewater Environmental JV; and AMS-Rhea JV. Responses are due by February 20, 2017.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=6af9c3aecb8093ed4fa0a6c10aa06c27&tab=core&_cview=0
Posted: 01/20/17
SPONSOR: Department of the Navy, Naval Facilities Engineering Command, NAVFAC Mid-Atlantic.
PUBLICATION DATE: January 22, 2017
ISSUE: FBO-5539
GENERAL ENVIRONMENTAL SERVICES FOR DREDGED MATERIAL EVALUATION (COMBINE)
SOL: W9126G-17-R-0031
DUE: 022117
POC: Maria E. Rodriguez, Contract Specialist, maria.e.rodriguez@usace.army.mil, 409-766-6331; Curtis Cole, Jr., Contracting Officer, curtis.cole@usace.army.mil, 409-766-3185.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-17-R-0031/listing.html
NAICS: 541620. This is combined synopsis/solicitation for award of a single Indefinite Delivery, Indefinite Quantity (IDIQ) task order commercial service contract is to provide dredged material evaluations and related services to customers of the U.S. Army Corps of Engineers (USACE). The IDIQ Contract is for a one (1) year period starting on the date of award with the options, for four (4) additional one (1) year periods. The maximum amount that may be awarded under this contract, base and all option years included, is $7,000,000. Dredged material evaluations and related services generally consist of environmental compliance, testing and evaluation of environmental data predominantly within the boundaries of Galveston District, Texas and Louisiana. THIS IS A 100% WOMAN-OWNED SMALL BUSINESS SET-ASIDE. The NAICS code for this project is 541620, Environmental Consulting Services, with a business size standard of $15M. The contractor shall furnish all personnel, facilities, plant, equipment, materials, supplies, travel and services necessary to conduct any investigation and to prepare any report as specified in this contract and in subsequent task order(s). Services anticipated to be ordered consist of: A. Evaluation of dredged material for placement suitability and assessment of dredged material effects to terrestrial, marine, estuarine, and freshwater environments, including: *Collection of water, sediment, elutriate, benthos, nekton and tissue samples; *Performance and analysis of various complex laboratory analysis, including chemical, contaminant, nutrient content, grain-size, bioassay and bioaccumulation studies; *Preparation of Section 103 Evaluation reports according to guidance under the Marine Protection, Research, and Sanctuaries Act (MPRSA) and other guidance documents, including the Regional Implementation Agreement (RIA), Inland Testing Manual (ITM) and Green Book; *Preparation of Section 404(b)(1) compliance evaluation and Section 404 sediment evaluations pursuant to the Clean Water Act (CWA); *Run and interpret data from models, Automated Dredging Disposal Alternatives Modeling System (ADDAMS), Trophic Trace, Bioaccumulation Risk Assessment Modeling System (BRAMS), Biological Evaluation Screening Tool (BEST), etc.; and *Determine environmental impacts for beneficial use of dredged material. B. Support services and special studies, including: *Management and monitoring of Ocean Dredged Material Disposal Sites (ODMDS), preparation of MPRSA Section 102 site designations, and formation of Site Management and Monitoring Plans (SMMP) and related National Environmental Policy Act (NEPA) documents; *Provide data, evaluation and summaries in various delivery formats, including contaminant reports, electronic submissions to the Galveston District and in state and national databases, such as Sediment Analysis Geo-App (SAGA); and *Conduct other special studies or operations as specified under individual Task Orders. SIGNED AND DATED QUOTATIONS ARE DUE BY 1400 CT ON FEBRUARY 21, 2017. A preproposal teleconference will be held January 31, 2017, from 10:00 AM - 11:30 AM.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=9e69c230dcdf72e2fdfe63d74525c5f8&tab=core&_cview=0
Posted: 01/19/17
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE District, Fort Worth.
PUBLICATION DATE: January 21, 2017
ISSUE: FBO-5538
HAZARDOUS WASTE PACKAGING/DISPOSAL SERVICES FOR NIOSH CINCINNATI, OH FACILITIES (COMBINE)
SOL: 00HCCA13-2017-07266
DUE: 022417
POC: Linda M Young, Purchasing Agent, lml3@cdc.gov, (770) 488-2655, Fax: (770) 488-2777.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/HHS/CDCP/PGOA/00HCCA13-2017-07266/listing.html
NAICS: 562211. AT THIS TIME, THIS PROCUREMENT IS SET ASIDE FOR SMALL BUSINESS. The Centers for Disease Control and Prevention is seeking an EPA-approved waste contractor to properly handle, package, label, and dispose of hazardous and recycled materials at an EPA-approved disposal or recycling site. Vendor must be located within a 25-mile radius of the two CDC NIOSH headquarters buildings at 4676 Columbia Parkway and 5555 Ridge Avenue loading dock area, Cincinnati, OH. We are planning on awarding this requirement as a Blanket Purchase Agreement, with costs to be paid on credit card so long as the price remains under the micropurchase limit of $3,500.00; otherwise, invoices will be paid against BPA call through modification. Four option years are also being considered based on satisfactory performance at the end of the base year. You must submit five separate bid lists (template attached) for each option year (August 1, 2017 - July 31, 2018; August 1, 2018 - July 31, 2019; August 1, 2019 - July 31, 2020; August 1, 2020 - July 31, 2021; August 1, 2021 - July 31, 2021) with your proposal. Please keep any yearly cost increases in mind when bidding on the option periods. See Statement of Work attached at FedBizOpps for complete details. PROPOSALS MUST BE RECEIVED BY OR BEFORE 4:30 PM ET ON FEBRUARY 24, 2017. Each proposal should contain two separate documents, a technical proposal and a business proposal.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=c3e125d1353de8fb950caf0a90bfdb26&tab=core&_cview=0
Posted: 01/23/17
SPONSOR: Department of Health and Human Services, Centers for Disease Control and Prevention, Atlanta.
PUBLICATION DATE: January 25, 2017
ISSUE: FBO-5542
2017 BROAD AGENCY ANNOUNCEMENT (COMBINE)
SOL: W912HZ-17-BAA-01
DUE: 013118
POC: Michael G. Lee, Contract Specialist, Michael.G.Lee@usace.army.mil, 601-634-3903.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/329/W912HZ-17-BAA-01/listing.html
NAICS: 541712. The U.S. Army Engineer Research and Development Center (ERDC) has issued a Broad Agency Announcement (BAA) for various research and development topic areas. The ERDC consists of the Coastal and Hydraulics Lab, the Geotechnical and Structures Lab, the Environmental Lab, and the Information Technology Lab in Vicksburg, Mississippi; the Cold Regions Research and Engineering Lab in Hanover, New Hampshire; the Construction Engineering Research Lab in Champaign, Illinois; and the Topographic Engineering Center in Alexandria, Virginia. The ERDC is responsible for conducting research in the broad fields of hydraulics, dredging, coastal engineering, instrumentation, oceanography, remote sensing, geotechnical engineering, earthquake engineering, soil effects, vehicle mobility, self-contained munitions, military engineering, geophysics, pavements, protective structures, aquatic plants, water quality, dredged material, treatment of hazardous waste, wetlands, physical/mechanical/chemical properties of snow and other frozen precipitation, infrastructure and environmental issues, computer science, telecommunications management, energy, facilities maintenance, materials and structures, engineering processes, environmental processes, land and heritage conservation, and ecological processes. The BAA is OPEN FOR ONE YEAR (until January 31, 2018) or until superseded and is available at http://erdc.usace.army.mil. Proposals may be accepted at any time. Personnel are listed in the FedBizOpps notice as contacts for questions concerning proposals directed to the different ERDC centers.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=e6ba2a5670c2191885b176606856288b&tab=core&_cview=0
Posted: 01/25/17
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE ITL, GSL, EL, CHL, Vicksburg, MS.
PUBLICATION DATE: January 27, 2017
ISSUE: FBO-5544
CHEMICAL TESTING OF DREDGED MATERIAL PROJECT (PRESOL)
SOL: W912DS-17-B-0001
POC: Orlando Nieves, Contract Specialist, orlando.nieves@usace.army.mil, 917-790-8078; Secondary Point of Contact: NYDcontracting@usace.army.mil.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-17-B-0001/listing.html
NAICS: 541380. The U.S. Army Corps of Engineers, New York District intends to issue a solicitation package seeking to award one IDIQ contract for the chemical testing of dredged material. The IDIQ contract would consist of the sampling and testing of dredged material following procedures described in the US Army Corps of Engineers New York District/EPA Region 2 Guidance for Performing Tests on Dredged Material Proposed for Ocean Disposal (April 2016) and the 1991 EPA/USACE, Evaluation of Dredged Material Proposed for Ocean Disposal (Testing Manual, aka Green Book) and the subsequent updates to these two documents. Work orders would include all or some of the following: sediment and water collection (on contractor supplied ship); sample handling, processing, and shipping; physical and chemical analyses (e.g., sediment, water, and tissue analyses); QA/QC procedures, and necessary corrective actions. Reports containing the sampling logs, all testing results, and QA/QC information in a format required by the New York District Corps of Engineers (NYD) would have to be provided by the contractor for each work order. All sampling would be performed within the Port of New York & New Jersey, the length of the Hudson River, in the Atlantic Ocean at the Historical Area Remediation Site (HARS) and its Reference Site, and in Long Island Sound at the Western and/or Central Disposal Sites. COMPETITION FOR THIS ACQUISITION WILL BE 100% UNRESTRICTED FULL AND OPEN COMPETITION WITH HUBZONE EVALUATION PREFERENCE. The project magnitude will be between $5M and $10M. The Period of Performance will be one Base Year and four optional years from the issuance of the Notice to Proceed. The applicable NAICS code is 541380, Testing Laboratories. The small business size standard for this code is $15M. THE PLANS AND SPECIFICATIONS FOR THE PROJECT LIKELY WILL BE POSTED ELECTRONICALLY ON OR ABOUT FEBRUARY 1, 2017. Lack of registration in SAM will make an offeror ineligible to download the solicitation.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=0ce893a877603d8bb15924ba73e330db&tab=core&_cview=1
Posted: 01/17/17
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE District, New York.
PUBLICATION DATE: January 19, 2017
ISSUE: FBO-5536
LABORATORY TESTING SERVICES (PRESOL)
SOL: W912CM-17-T-0012
POC: Joan Ahuja, joan.ahuja1.ln@mail.mil, Phone: 496111435466722; Jeannie M. Botteri, Contracting Officer, Jeannie.m.botteri.civ@mail.mil, Phone: 496111435466769.
WEB: FBO.gov Permalink at https://www.fbo.gov/notices/ac59fa229e87fc2b7651eae176616ca8
NAICS: 541380. The 409th Contracting Support Brigade, Regional Contracting Office - Wiesbaden intends to solicit and award a firm-fixed-price follow-on contract for non-personal services for Laboratory Sampling and Analysis Services. Support is to collect and analyze samples of ground and surface water, air, soil, and building materials; assessment (evaluation); and classification of test results. Sampling and analysis will be on a scheduled and unscheduled (on-demand) basis. Place of performance will be in the Wiesbaden area. The Period of Performance will begin on or around April 1, 2017, and will consist of one base period of 12 months, plus four 12-month options under FAR 52.217-9, and up to a potential 6-month extension of services under FAR 52.217-8. RELEASE OF THE SOLICITATION ON FEDBIZOPPS IS ANTICIPATED ON OR AROUND FEBRUARY 6, 2013. A single award will be made to the responsible offeror that submits a technically acceptable offer and is the lowest price. All offers shall be in the English language. NOTE: All dates and times refer to Central European Time.
CITE: https://www.fbo.gov/index?s=opportunity&mode=form&id=ac59fa229e87fc2b7651eae176616ca8&tab=core&_cview=0
Posted: 01/18/17
SPONSOR: Department of the Army, Army Contracting Command, ECC, 409th CSB (W912CM) RCO Wiesbaden, Germany.
PUBLICATION DATE: January 20, 2017
ISSUE: FBO-5537
INDEFINITE DELIVERY CONTRACTS FOR BIOLOGY TESTING OF DREDGED MATERIAL (PRESOL)
SOL: W912DS-17-B-0002
POC: Alex Heinzel, alexander.t.heinzel@usace.army.mil, 917-790-8087.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-17-B-0002/listing.html
NAICS: 541380. This presolicitation notice is issued by the U.S. Army Corps of Engineers - New York District to inform interested potential contractors of the District's imminent issue of an Invitation for Bid Package for two Indefinite Delivery Contracts for Biology Testing of Dredged Material. The Operations Division in the New York District routinely utilizes outside contractors in order to perform field sampling and conduct the sediment physical analyses and biological tests associated with the District's mandated federal navigation channel maintenance and new work dredging projects. Potential contractors must be familiar with current New York District/USEPA, Region 2 guidance for performing tests on dredged material proposed for ocean disposal and other pertinent regulations, guidelines, and procedures. Contractors must also possess the ability to handle the large volume of work under strict deadlines. The New York District intends to award two IDIQ contracts for its Operations Division. One contract will be awarded as a TOTAL SMALL BUSINESS SET-ASIDE the other contract will be awarded on an UNRESTRICTED basis. THE INVITATION FOR BID PACKAGE WILL BE AVAILABLE AT FEDBIZOPPS ON OR ABOUT FEBRUARY 9, 2017, with bids due on or about March 14, 2017.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=002786e5f0ddefd668b9ce0469bbb69a&tab=core&_cview=0
Posted: 01/25/17
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE District, New York.
PUBLICATION DATE: January 27, 2017
ISSUE: FBO-5544
R--AIR MONITORING FOR REMOVE DEAD LEGS PROJECT - BATAVIA NY (PRESOL)
SOL: VA24217Q0232
POC: David Esmay, Contracting Officer, 585-297-1460 ext 72456, Davidm.Esmay@va.gov.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/VA24217Q0232/listing.html
NAICS: 541620. This presolicitation notice is to inform potential offerors that the Upstate New York VA Medical Center in Batavia, NY, intends to post a Request for Quote. THE RFQ LIKELY WILL BE POSTED ON OR ABOUT FEBRUARY 15, 2017, to provide testing facilities, materials, equipment, transportation and qualified competent personnel (Project Monitors, industrial hygienist technicians, and laboratory personnel) to perform quality assurance air monitoring and asbestos containing materials (ACM) testing during asbestos abatement activities for Building 5 and Building 1. Building 5: located in the basement/crawl space at the Batavia Veterans Hospital in Batavia, New York. Refer to drawing P-101 for building 5. This will be a complete traditional abatement for the pipes and to remove approximately 6 inches of soil in the crawl space. The basement/crawl space is approximately 6,700 square feet and it is anticipated that the abatement and soil removal from building 5 will take 2 months. Building 1: refer to drawings P-101 through P-106, building 1 ground floor through the 4th floor. This will be a glove bag abatement where the contractor will have approximately 3,000 linear feet of asbestos piping insulation to be removed at 250 separate points. It is anticipated that this work shall take 6 weeks. It has been determined that there are qualified firms in accordance with Public Law 109-461 that are capable of performing under NAICS Code 541620, "Environmental Consulting Services," with a size standard of $15M; therefore, THIS PROCUREMENT IS 100% SET-ASIDE FOR SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=3836a08bbd0c7032862312ffd463637b&tab=core&_cview=0
Posted: 01/23/17
SPONSOR: Department of Veterans Affairs, VA Western New York Health Care System.
PUBLICATION DATE: January 25, 2017
ISSUE: FBO-5542
ANNUAL GROUNDWATER SAMPLING AND REPORTING, NAVAL SUPPORT ACTIVITY, MECHANICSBURG, PA (COMBINE)
SOL: N40085-17-R-5020
DUE: 022717
POC: Alanna Whybrew, alanna.whybrew@navy.mil, 757-341-0081.
NAICS: 562910. This RFP is open only to the contractors on the Remedial Action Operations/ Long Term Management, Multiple Award Contract (RAOMAC) for the Mid-Atlantic Areas of Operation under contract numbers N40085-16-D-2288 through 2292: KOMAN Government Solutions, LLC; NOREAS - CB & I JV; Renova-Sovereign Joint Venture; IEI-Tidewater Environmental JV; and AMS-Rhea JV.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=8179534f6ed86cf68a4313925cd1a759&tab=core&_cview=0
Posted: 01/27/17
SPONSOR: Department of the Navy, Naval Facilities Engineering Command, NAVFAC Mid-Atlantic, Norfolk.
PUBLICATION DATE: January 29, 2017
ISSUE: FBO-5546
Notices for January 16-22, 2017
This update contains summaries of procurement notices issued between January 16-22, 2017 that pertain to hazardous waste, investigation and cleanup of environmental contamination, and related 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.
F--ASBESTOS SERVICES, STL VAMC (SRCSGT)
SOL: VA25517Q0212
DUE: 012517
POC: Frank Novello, Contract Specialist, 913-946-1962, frank.novello@va.gov; Megan Knight, Contract Specialist, megan.knight@va.gov, 913-946-1993 Fax: 913-946-1998.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25517Q0212/listing.html
NAICS: 562910. This Sources Sought Notice is for planning purposes only; no funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Department of Veterans Affairs in developing its acquisition approach, statement of work/statement of objectives and performance specifications. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the required services. The VA Heartland Network 15 Contracting Office, located at 3450 South 4th Street, Leavenworth, KS, 66048-5055, is seeking a potential qualified contractor to provide service room work, which includes lead paint encapsulation and removal, asbestos abatement of the floor, pipes, and ductwork insulation, and demo of freezer at various locations. The NAICS code is 562910 (Remediation Services), with a size standard of $20.5M. Currently a total set-aside for Service Disabled Veteran Owned Small Business (SDVOSB) firms is anticipated based on the Veterans Administration requirement with Public Law 109-461, Section 8127 Veterans Benefit Act; however, if responses by SDVOSB firms proves inadequate, an alternate set-aside or full and open will be utilized. RESPONSES MUST BE RECEIVED BY January 25, 2017.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=80633754656a8403cf64f58d21792601&tab=core&_cview=0
Posted: 01/20/17
SPONSOR: Department of Veterans Affairs, VA Heartland Network, Leavenworth KS.
PUBLICATION DATE: January 22, 2017
ISSUE: FBO-5539
RESEARCH YARD PAVEMENT & MATERIAL REPLACEMENT (SRCSGT)
SOL: SLAC_ResearchYardPavementandMaterialReplacement
DUE: 013117
POC: Stephanie Pinkerton, Procurement Specialist, stephp@slac.stanford.edu, 650-926-4106.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DOE/SLAC/STAN/SLAC_ResearchYardPavementandMaterialReplacement/listing.html
NAICS: 238190. This acquisition will result in the award of a contract to remove and replace approximately 8,000 square feet of pavement, 200 linear feet of expansion joint felt and mastic, and 20 linear feet of outdoor pipe insulation at the SLAC National Accelerator Laboratory (SLAC) in Menlo Park, California. This removal action (RA) is in accordance with Order No. R2-2009-0072 adopted in October 2009 for DOE and Stanford University by the San Francisco Bay Regional Water Quality Control Board. The Order establishes the requirements for investigation and remediation of chemical and radiologic impacts to soil and groundwater resulting from SLAC operations, including historical spills and releases, that have occurred within SLAC. SLAC is operated for DOE by Stanford as a federal facility. DOE provides funding for SLAC operations and environmental investigation and restoration activities at the site. Chemicals of potential concern, or COPCs in the channels were identified in Remedial Investigation reports (RIs) and confirmed in Baseline Risk Assessments (BRAs). The identified COPCs for materials to be replaced are polychlorinated biphenyls (PCBs). The Subcontractor shall be responsible for preparation, planning, scheduling, managing, and safely implementing the following: *a Storm Water Pollution Protection Plan (SWPPP); *project-specific health and safety plan (HSP), including traffic control plan; *a project work and excavation plan; *completion of SLAC provided facility specific training; *proof of OSHA-40 Hour Hazwoper and OSHA construction training (i.e., competent person); *proof of heavy equipment training; *removal of pavement, mastic, expansion felt and pipe insulation; *off-site disposal of removed materials at permitted disposal sites; *stockpile management, if needed; *dust control; and *replacement of the removed pavement, mastic, expansion felt and pipe insulation. CAPABILITIES STATEMENTS FROM INTERESTED CONTRACTORS ARE DUE BY OR BEFORE 12:00 PM PT ON JANUARY 31, 2017. Release of the RFP for this work is anticipated in march 2017, with work to begin in May 2017.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=029e8b2fdc3a06143335a29d22a0e63c&tab=core&_cview=0
Posted: 01/19/17
SPONSOR: Department of Energy, SLAC National Accelerator Lab, Menlo Park, CA.
PUBLICATION DATE: January 21, 2017
ISSUE: FBO-5538
S--REGIONAL CONTRACT FOR LEAD, ASBESTOS, TCLP, AND PCB SAMPLING AND TESTING (SRCSGT)
SOL: N4008517R1142
DUE: 020117
POC: Malita Smith, 757-341-1972, malita.smith@navy.mil.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008517R1142/listing.html
NAICS: 541380. This notice is a market research tool used for planning purposes only to determine the availability and capability of small business sources. Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MIDLANT) is seeking Small Business, Small Disadvantaged Business, Woman-Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses with current relevant qualifications, experience, personnel and capability to perform a proposed contract. An IDIQ-type, performance-based contract is anticipated. The total contract term including the exercise of any options, shall not exceed 60 months. Source Selection procedures will be used to evaluate and select the proposal that provides best value to the Government. The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to collect samples and perform laboratory tests for Asbestos, Lead, Toxic Characteristic Leaching Procedure (TCLP), and Polychlorinated Biphenyls (PCB). The work will take place at the following: Portsmouth Site (Norfolk Naval Ship Yard, Portsmouth); Little Creek Site (Naval Amphibious Base Little Creek, Norfolk); Sewells Point Site (Naval Station and Chambers Field, Norfolk); Oceana Site (Naval Air Station, Fleet Training Center Damn Neck, and Fentress Airfield, Virginia Beach); and Peninsula Site (Naval Weapons Station, Yorktown and Cheatham Annex, Williamsburg). Also included are various locations within a 50-mile radius of the above. One of the main functions of this synopsis is to assist the Contracting Officer in determining whether the use of Small Business, Small Disadvantaged Business, Woman-Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) firms is an acceptable strategy for this procurement. All qualified firms are encouraged to respond. The appropriate NAICS Code is 541380. It is requested that interested parties submit a brief capabilities package not to exceed 5 pages. RESPONSES MUST BE RECEIVED NO LATER THAN 4:00 PM ET ON FEBRUARY 1, 2017. Electronic submission will be accepted.
CITE: https://www.fbo.gov/index?s=opportunity&mode=form&id=f6e02b1d77ba5a16878753a5e9f96a71&tab=core&_cview=0
Posted: 01/17/17
SPONSOR: Department of the Navy, Naval Facilities Engineering Command, NAVFAC Mid-Atlantic.
PUBLICATION DATE: January 19, 2017
ISSUE: FBO-5536
HAZARDOUS WASTE DISPOSAL AT LITTLE ROCK AND SURROUNDING LOCATIONS (SRCSGT)
SOL: BE-17-042
DUE: 020217
POC: Melissa A. Herrick, Contract Specialist, melissa.herrick@dla.mil, 269-961-5962; Daniel Schuemann, Contracting Officer, daniel.schuemann@dla.mil, 269-961-5238, Fax: 269-961-4417.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DLA/J3/DRMS/BE-17-042/listing.html
NAICS: 562211. The intent of this sources sought synopsis is to identify qualified 8(a) small business concerns, HUBZone small business concerns, Service-Disabled Veteran-Owned small business concerns, Emerging Small Businesses, and Woman-Owned small business concerns, for a firm-fixed-price and indefinite quantity contract for RCRA Hazardous and Non-Hazardous Waste, Transportation and Disposal in the Warner Robins AFB area. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a further set-aside acquisition in lieu of a small business only set-aside is in the Government's best interest. The NAICS Code is 562211. The duration of the contract is anticipated to be for one 30-month base period from the date of an initial contract award and will include one 30-month option. There is no solicitation available at this time. DLA Disposition Services is seeking eligible SMALL business firms capable of collection of RCRA Hazardous and Non-Hazardous Waste, Transportation and Disposal in the Little Rock area consisting of 13 pickup locations. The scope of work includes all management, supervision, labor, engineering services, tools, materials, equipment, supplies, facilities, and transportation necessary to perform the required services including, but not limited to the following: Polychlorinated Biphenyl transformer and capacitor disposal; Compressed Gas Cylinders containing oxidizer, refrigerant, corrosive, and flammable materials disposal; Lithium battery deactivation and disposal; lead acid battery recycling or disposal; magnesium battery recycling or disposal; nickel metal hydride battery recycling or disposal; high-level mercury disposal; spill clean-up services; OBA canister disposal, latex and oil based paint disposal, contaminated anti-freeze disposal, miscellaneous waste disposal requiring specialized handling; fuels blending; and laboratory testing services. Contractors must use a Transportation company that is on the DLA Disposition Services Qualified Transporters list to transport all wastes and contractors must only dispose of the property on the contract at a DLA Disposition Services Qualified Disposal Facility. Any prospective bidders must demonstrate their ability to process an extremely high volume of property. It is requested that interested small businesses submit to the Contract Specialist a brief capabilities statement package (no more than 5 pages in length, single-spaced, 12-point font minimum) demonstrating ability to perform the requested services. CAPABILITIES STATEMENTS ARE DUE BY OR BEFORE 4:00 PM ET ON THURSDAY, FEBRUARY 2, 2017.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=9022eb65f169970edd33559de783857c&tab=core&_cview=0
Posted: 01/19/17
SPONSOR: Defense Logistics Agency, Federal Building, Battle Creek, MI.
PUBLICATION DATE: January 21, 2017
ISSUE: FBO-5538
PUBLIC HEALTH SUPPORT SERVICES FOR ATSDR PUBLIC HEALTH ASSESSMENT ACTIVITIES (SRCSGT)
SOL: 2017-N-18107
DUE: 020317
POC: Sherrie A. Blackmon, kuj1@cdc.gov, 770-488-2925.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/HHS/CDCP/PGOA/2017-N-18107/listing.html
NAICS: 541690. The purpose of this notice is to obtain information regarding (1) the availability and capability of qualified small business sources; (2) whether they are small businesses, HUBZone small businesses, service-disabled veteran-owned small businesses, 8(a) small businesses, veteran-owned small businesses, woman-owned small businesses, or small disadvantaged businesses; and (3) their size classification relative to NAICS code 541690. The size standard is $15M. Responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. The purpose of this IDIQ contract is to facilitate the procurement of regularly and repeatedly scientific, technical, expert, and logistical services (e.g., outreach and education services) for ATSDR in support of its public health mission with regard to public health assessment activities such as, but not limited to, public health assessments, public health consultations, exposure investigations, biomonitoring activities, health studies, training, and related outreach, education, and evaluation activities. The unique nature, scope, and complexity of the scientific, technical, expert, operational, and logistical services needed to support ATSDR's public health assessment activities will vary from site to site and project to project. Some public health assessment activities may be completed within 12 months whereas other public health assessment activities may require several years to complete. Project/site support may include, but not be limited to, the following activities: data gathering, evaluation, analysis, interpretation, and dissemination; environmental and biological sampling and monitoring and evaluation; data quality control and assurance; analysis; consultation; report preparation; training; and general and public logistical coordination. CAPABILITIES STATEMENTS MUST BE RECEIVED BY OR BEFORE 2:30 PM ET ON FEBRUARY 2, 2017.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=2933f68b399c2daedeaa0917071d6ad8&tab=core&_cview=0
Posted: 01/20/17
SPONSOR: Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta).
PUBLICATION DATE: January 22, 2017
ISSUE: FBO-5539
FUEL TANK INSPECTIONS USCG AIR STATION HOUSTON, TX (COMBINE)
SOL: HSCG82-17-Q-PMV007
DUE: 020717
POC: Halim Toulas, halim.toulas@uscg.mil, 305-278-6720.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DHS/USCG/USCGCEUM/HSCG82-17-Q-PMV007/listing.html
NAICS: 541620. THIS ACQUISITION IS A TOTAL SMALL BUSINESS SET-ASIDE. Contractor shall provide all labor, materials, equipment and tools to five (5) tank inspections and recommendations to include interiors, exteriors, appurtenances at USCG Air Station Houston, Houston, Texas. All work shall be performed in accordance with the specifications (Project No.7335100), drawings (M-2180), reference drawings, and the terms of the contract. Provide a price breakdown with your quote. SUMIT QUOTES BY OR BEFORE 11:59 PM ET ON FEBRUARY 7, 2017.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=aa0a8a2c8037c6c767010a78b93ecc57&tab=core&_cview=0
Posted: 01/20/17
SPONSOR: Department of Homeland Security, United States Coast Guard, Commanding Officer, USCG Civil Engineering Unit Miami.
PUBLICATION DATE: January 22, 2017
ISSUE: FBO-5539
HAZARDOUS WASTE DISPOSAL AT FT RILEY AND SURROUNDING LOCATIONS (COMBINE)
SOL: SP450017R0005
DUE: 021917
POC: Melissa A. Herrick, Contract Specialist, melissa.herrick@dla.mil, 269-961-5962; Daniel Schuemann, Contracting Officer, daniel.schuemann@dla.mil, 269-961-5238, Fax: 269-961-4417.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DLA/J3/DRMS/SP450017R0005/listing.html
NAICS: 562211. THIS ACQUISITION IS SET ASIDE 100% FOR SMALL BUSINESS CONCERNS. This contract consists of one 30-month Base Period, followed by one 30-month Option Period. Pricing for containerized waste will largely be based upon container sizes and the assigned waste profile, rather than pricing on a per pound basis. Generators are responsible for ensuring their containerized wastes sent for disposal via this contract are in Department of Transportation shippable packaging. This contract is for various military and Government activities located in multiple states. Standard removal timeframe for all sites is 21 calendar days from the date of order issuance, with the exception of Base CLIN NR99. CLINs beginning with “NR99” have a standard removal timeframe of 14 calendar days from the date of order issuance. The Contractor agrees that, for those portions of the services provided on a Government installation, the services will be provided during normal hours of operations for the installation, which are available upon request from the COR. This contract requires the transportation and disposal of RCRA hazardous wastes, non-RCRA wastes, state-regulated wastes, non-state regulated wastes, compressed gas cylinders, and polychlorinated biphenyls (PCBs). Some CLINs ordered under this contract require the Contractor to provide Certificates of Destruction or Disposal (CD), e.g., certain demilitarization items and PCB-related wastes. The Contractor is cautioned to closely read all CLIN descriptions where such requirements are indicated. Unless explicitly required and written into this contract, only those CLINs requiring CDs as described in the Bid Schedule will require that the Contractor provide a CD. RESPONSES ARE DUE BY 3:00 PM ET ON FEBRUARY 19, 2017.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=aca3899f49e3164629234a15c907ae5e&tab=core&_cview=0
Posted: 01/19/17
SPONSOR: Defense Logistics Agency, Federal Building, Battle Creek, MI.
PUBLICATION DATE: January 21, 2017
ISSUE: FBO-5538
GROUNDWATER MONITORING, SAMPLING AND REPORTING, TANK FARM 950, PHILADELPHIA NAVAL SHIPYARD, PHILADELPHIA, PENNSYLVANIA (COMBINE)
SOL: N40085-17-R-5019
DUE: 022017
POC: Alanna Whybrew, alanna.whybrew@navy.mil, 757-341-0081.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N40085-17-R-5019/listing.html
NAICS: 562910. This RFP is open only to the contractors on the Remedial Action Operations/Long-Term Management, Multiple-Award Contract (RAOMAC) for the Mid-Atlantic Areas of Operations under contract numbers N40085-16-D-2288 through 2292: KOMAN Government Solutions, LLC; NOREAS - CB & I JV; Renova-Sovereign Joint Venture; IEI-Tidewater Environmental JV; and AMS-Rhea JV. Responses are due by February 20, 2017.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=6af9c3aecb8093ed4fa0a6c10aa06c27&tab=core&_cview=0
Posted: 01/20/17
SPONSOR: Department of the Navy, Naval Facilities Engineering Command, NAVFAC Mid-Atlantic.
PUBLICATION DATE: January 22, 2017
ISSUE: FBO-5539
GENERAL ENVIRONMENTAL SERVICES FOR DREDGED MATERIAL EVALUATION (COMBINE)
SOL: W9126G-17-R-0031
DUE: 022117
POC: Maria E. Rodriguez, Contract Specialist, maria.e.rodriguez@usace.army.mil, 409-766-6331; Curtis Cole, Jr., Contracting Officer, curtis.cole@usace.army.mil, 409-766-3185.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-17-R-0031/listing.html
NAICS: 541620. This is combined synopsis/solicitation for award of a single Indefinite Delivery, Indefinite Quantity (IDIQ) task order commercial service contract is to provide dredged material evaluations and related services to customers of the U.S. Army Corps of Engineers (USACE). The IDIQ Contract is for a one (1) year period starting on the date of award with the options, for four (4) additional one (1) year periods. The maximum amount that may be awarded under this contract, base and all option years included, is $7,000,000. Dredged material evaluations and related services generally consist of environmental compliance, testing and evaluation of environmental data predominantly within the boundaries of Galveston District, Texas and Louisiana. THIS IS A 100% WOMAN-OWNED SMALL BUSINESS SET-ASIDE. The NAICS code for this project is 541620, Environmental Consulting Services, with a business size standard of $15M. The contractor shall furnish all personnel, facilities, plant, equipment, materials, supplies, travel and services necessary to conduct any investigation and to prepare any report as specified in this contract and in subsequent task order(s). Services anticipated to be ordered consist of: A. Evaluation of dredged material for placement suitability and assessment of dredged material effects to terrestrial, marine, estuarine, and freshwater environments, including: *Collection of water, sediment, elutriate, benthos, nekton and tissue samples; *Performance and analysis of various complex laboratory analysis, including chemical, contaminant, nutrient content, grain-size, bioassay and bioaccumulation studies; *Preparation of Section 103 Evaluation reports according to guidance under the Marine Protection, Research, and Sanctuaries Act (MPRSA) and other guidance documents, including the Regional Implementation Agreement (RIA), Inland Testing Manual (ITM) and Green Book; *Preparation of Section 404(b)(1) compliance evaluation and Section 404 sediment evaluations pursuant to the Clean Water Act (CWA); *Run and interpret data from models, Automated Dredging Disposal Alternatives Modeling System (ADDAMS), Trophic Trace, Bioaccumulation Risk Assessment Modeling System (BRAMS), Biological Evaluation Screening Tool (BEST), etc.; and *Determine environmental impacts for beneficial use of dredged material. B. Support services and special studies, including: *Management and monitoring of Ocean Dredged Material Disposal Sites (ODMDS), preparation of MPRSA Section 102 site designations, and formation of Site Management and Monitoring Plans (SMMP) and related National Environmental Policy Act (NEPA) documents; *Provide data, evaluation and summaries in various delivery formats, including contaminant reports, electronic submissions to the Galveston District and in state and national databases, such as Sediment Analysis Geo-App (SAGA); and *Conduct other special studies or operations as specified under individual Task Orders. SIGNED AND DATED QUOTATIONS ARE DUE BY 1400 CT ON FEBRUARY 21, 2017. A preproposal teleconference will be held January 31, 2017, from 10:00 AM - 11:30 AM.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=9e69c230dcdf72e2fdfe63d74525c5f8&tab=core&_cview=0
Posted: 01/19/17
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE District, Fort Worth.
PUBLICATION DATE: January 21, 2017
ISSUE: FBO-5538
CHEMICAL TESTING OF DREDGED MATERIAL PROJECT (PRESOL)
SOL: W912DS-17-B-0001
POC: Orlando Nieves, Contract Specialist, orlando.nieves@usace.army.mil, 917-790-8078; Secondary Point of Contact: NYDcontracting@usace.army.mil.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-17-B-0001/listing.html
NAICS: 541380. The U.S. Army Corps of Engineers, New York District intends to issue a solicitation package seeking to award one IDIQ contract for the chemical testing of dredged material. The IDIQ contract would consist of the sampling and testing of dredged material following procedures described in the US Army Corps of Engineers New York District/EPA Region 2 Guidance for Performing Tests on Dredged Material Proposed for Ocean Disposal (April 2016) and the 1991 EPA/USACE, Evaluation of Dredged Material Proposed for Ocean Disposal (Testing Manual, aka Green Book) and the subsequent updates to these two documents. Work orders would include all or some of the following: sediment and water collection (on contractor supplied ship); sample handling, processing, and shipping; physical and chemical analyses (e.g., sediment, water, and tissue analyses); QA/QC procedures, and necessary corrective actions. Reports containing the sampling logs, all testing results, and QA/QC information in a format required by the New York District Corps of Engineers (NYD) would have to be provided by the contractor for each work order. All sampling would be performed within the Port of New York & New Jersey, the length of the Hudson River, in the Atlantic Ocean at the Historical Area Remediation Site (HARS) and its Reference Site, and in Long Island Sound at the Western and/or Central Disposal Sites. COMPETITION FOR THIS ACQUISITION WILL BE 100% UNRESTRICTED FULL AND OPEN COMPETITION WITH HUBZONE EVALUATION PREFERENCE. The project magnitude will be between $5M and $10M. The Period of Performance will be one Base Year and four optional years from the issuance of the Notice to Proceed. The applicable NAICS code is 541380, Testing Laboratories. The Small Business Size Standard for this code is $15M. THE PLANS AND SPECIFICATIONS FOR THE PROJECT LIKELY WILL BE POSTED ELECTRONICALLY ON OR ABOUT FEBRUARY 1, 2017. Lack of registration in SAM will make an offeror ineligible to download the solicitation.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=0ce893a877603d8bb15924ba73e330db&tab=core&_cview=1
Posted: 01/17/17
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE District, New York.
PUBLICATION DATE: January 19, 2017
ISSUE: FBO-5536
LABORATORY TESTING SERVICES (PRESOL)
SOL: W912CM-17-T-0012
POC: Joan Ahuja, joan.ahuja1.ln@mail.mil, Phone: 496111435466722; Jeannie M. Botteri, Contracting Officer, Jeannie.m.botteri.civ@mail.mil, Phone: 496111435466769.
WEB: FBO.gov Permalink at https://www.fbo.gov/notices/ac59fa229e87fc2b7651eae176616ca8
NAICS: 541380. The 409th Contracting Support Brigade, Regional Contracting Office - Wiesbaden intends to solicit and award a firm-fixed-price follow-on contract for non-personal services for Laboratory Sampling and Analysis Services. Support is to collect and analyze samples of ground and surface water, air, soil, and building materials; assessment (evaluation); and classification of test results. Sampling and analysis will be on a scheduled and unscheduled (on-demand) basis. Place of performance will be in the Wiesbaden area. The Period of Performance will begin on or around April 1, 2017, and will consist of one base period of 12 months, plus four 12-month options under FAR 52.217-9, and up to a potential 6-month extension of services under FAR 52.217-8. RELEASE OF THE SOLICITATION ON FEDBIZOPPS IS ANTICIPATED ON OR AROUND FEBRUARY 6, 2013. A single award will be made to the responsible offeror that submits a technically acceptable offer and is the lowest price. All offers shall be in the English language. NOTE: All dates and times refer to Central European Time.
CITE: https://www.fbo.gov/index?s=opportunity&mode=form&id=ac59fa229e87fc2b7651eae176616ca8&tab=core&_cview=0
Posted: 01/18/17
SPONSOR: Department of the Army, Army Contracting Command, ECC, 409th CSB (W912CM) RCO Wiesbaden, Germany.
PUBLICATION DATE: January 20, 2017
ISSUE: FBO-5537
Notices for January 9-15, 2017
This update contains summaries of procurement notices issued between January 9-15, 2017 that pertain to hazardous waste, investigation and cleanup of environmental contamination, and related 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.
J--LEAD PAINT REMOVAL AND DISPOSAL (COMBINE)
SOL: 40312144
DUE: 012517
POC: Client Services, 1.877.933.3243, Fax: 703.422.7822, Clientservices@fedbid.com.
WEB: FBO.gov Permalink at https://www.fbo.gov/notices/a6a51cbd55d34d5fbb8947ad91dbf28f
NAICS: 562910. For this solicitation, DOI BOR Grand Coulee Power Office intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. This is a combined synopsis/solicitation for commercial items issued as an invitation for bids. The associated NAICS code for this procurement is 562910 with a small business size standard of $20.5M. THIS REQUIREMENT IS A WOMAN-OWNED SMALL BUSINESS SET-ASIDE, and only qualified offerors may submit bids. The DOI BOR Grand Coulee Power Office requires the following items, Purchase Description Determined by Line Item, to the following: ** LI 001: Removal and proper disposal of lead paint/coal tar from four cast steel assemblies of ring seal gates per attached performance work statement, 1, Job; ** THE SOLICITATION PRICING ON WWW.FEDBID.COM WILL START ON THE DATE THIS SOLICITATION IS POSTED AND WILL END ON JANUARY 25, 2017, AT 17:00:00.0 ET or as otherwise displayed at FedBid. FOB Destination shall be Grand Coulee, WA 99133. Bid must be good for 30 calendar days after close of Buy. The period of performance is one base year and four one-year options (01 March 2017 - 28 February 2022). ALL PROPOSALS MUST BE RECEIVED BY THE CONTRACTING OFFICER BY OR BEFORE 12:00 PM (GMT+01:00, ROME) ON FEBRUARY 10, 2017. Submit quotes in English and include the company point of contact, phone number, and email address. Only electronic (CD-R or DVD-R) copies of the quote will be accepted.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=a6a51cbd55d34d5fbb8947ad91dbf28f&tab=core&_cview=0
Posted: 01/13/17
SPONSOR: Department of the Interior, Bureau of Reclamation, Grand Coulee, WA.
PUBLICATION DATE: January 15, 2017
ISSUE: FBO-5532
SOURCES SOUGHT NOTICE: RESEARCH SUPPORT FOR ENVIRONMENTAL EPIDEMIOLOGIC STUDIES (SRCSGT)
SOL: SOL-NC-17-00011
DUE: 012617
POC: Adrianne Wells, Contract Specialist, Wells.Adrianne@epa.gov.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/EPA/OAM/CMD/SOL-NC-17-00011/listing.html
NAICS: 541711. The purpose of this sources sought notice is to conduct market research by encouraging qualified small businesses to submit capability statements that clearly demonstrate their capability, experience and qualifications relative to the draft Statement of Work (SOW). This is NOT a solicitation announcement. In accordance with FAR 52.219-14 - Limitation on Subcontracting, address the firm's capability to meet the 50% contract performance requirement. To be considered a small business, this procurement will utilize NAICS code 541711 with a size standard of 500 employees or less. This information submitted will be evaluated and used to determine whether or not this procurement will be set aside for small businesses; otherwise, this procurement will be subject to full and open competition. The U.S. EPA intends to award a contract to provide professional and technical support for EPA studies in the area of environmental epidemiology. The work shall include, but not be limited to, assisting EPA in planning, developing, designing, implementing, conducting, and reporting on studies, as well as collecting, procuring, managing, and analyzing human and/or environmental data, and may include the collection, procurement, preparation, shipping, and analyzing of human biologic specimens and environmental samples. Existing databases and data sets will be obtained and analyzed to evaluate associations between environmental measures and health effects (examples include the National Health and Nutrition Examination Survey, or NHANES; Center for Medicare and Medicaid Services records; birth and death records). Additional analytical support will include analysis of large biological data sets, e.g., genomics data, using specialized computational biology, data manipulation and mining methods, and deployment of text/literature mining approaches for literature-driven research. Field studies may also be conducted that will consist of environmental sample collection (e.g., air, water); questionnaire development and administration; and human sample collection (e.g., blood, saliva, stool) and processing. Other aspects of the contract will cover assisting EPA in conducting professional workshops and in convening expert panels to discuss pertinent environmental issues and provide feedback, prepare reports, provide peer review, and comment on scientific research. The contractor shall support the administration, management, and conduct of studies and workshops designed and executed by EPA alone or in collaboration with other organizations. The estimated level-of-effort is approximately 2,000 hours for the base and each of the four option periods plus approximately 12,000 optional hours for the base and each of the four option periods. All interested parties should review the "Human Studies Research Support for Environmental Epidemiologic Studies" Draft Statement of Work (SOW). To determine if this potential requirement may be set aside for small business concerns, the government is seeking input from the small business community regarding interest and capability in performing the tasks in the draft SOW. The Government requests demonstration of capability by interested parties through submittal of capability statements. SUBMIT CAPABILITY STATEMENTS BY 5:00 PM ET ON JANUARY 26, 2017, via email to Adrianne Wells, Contract Specialist, at Wells.Adrianne@epa.gov. No facsimile, mail, or telephonic responses will be accepted.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=42183a20bb6638ada593f77da51432f0&tab=core&_cview=0
Posted: 01/12/17
SPONSOR: Environmental Protection Agency, Office of Acquisition Management, RTP Procurement Operations Division, NC.
PUBLICATION DATE: January 14, 2017
ISSUE: FBO-5531
MONITORING WELL INSTALLATION AND SOIL AND GROUNDWATER SAMPLING (COMBINE)
SOL: W912BU-17-T-0008
DUE: 012917
POC: Helena R Dinofa, Helena.R.DiNofa@usace.army.mil, 215-656-6762, Fax: 215-656-6780.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-17-T-0008/listing.html
NAICS: 237110. This requirement is to provide two deep monitoring wells and soil and groundwater sampling for former Defense Supply Center Philadelphia (DSCP), near 2000 Pattison Avenue Drive, Philadelphia. Please see the solicitation for details. The period of performance is 90 days after contract award. This contract will contain three options for additional work. The NAICS code is 237110 and the size standard is $36.5M. PLEASE NOTE THAT ALTHOUGH THE FBO NOTICE SAYS "THIS PROCUREMENT IS 100% SET-ASIDE FOR SMALL BUSINESS," THE SOLICITATION FORM PROPER SAYS "THIS ACQUISITION IS SET ASIDE 100% FOR ECONOMICALLY DISADVANTAGED WOMEN-OWNED SMALL BUSINESS." In December 1999, the Pennsylvania Department of Environmental Protection issued the Defense Logistics Agency (DLA) an administrative order requiring the recovery of LNAPL from the site subsurface. The order also directed DLA to enter the site into the Land Recycling Program (i.e., "Act 2" after the legislation that created the program). To attain the standards set forth in Act 2, the USACE Philadelphia District and its contractors are working to establish a clear understanding of the extent of the LNAPL plume. To calibrate the site groundwater conceptual model, two monitoring wells are needed. Soil and groundwater samples will be collected during installation of the well and analyzed for the chemical parameters specified in the solicitation. SUBMIT OFFERS VIA EMAIL BY OR BEFORE 2:00 PM ET ON JANUARY 29, 2017.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=2acfb4664059d6153225cc0800f86eae&tab=core&_cview=0
Posted: 01/13/17
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia.
PUBLICATION DATE: January 15, 2017
ISSUE: FBO-5532
REMEDIATION MANAGEMENT SERVICE (COMBINE)
SOL: W912PF-17-R-0005
DUE: 021017
POC: Sonia Zanobini, Contract Specialist, sonia.zanobini2.ln@mail.mil, Phone: 0039050548364.
WEB: FBO.gov Permalink at https://www.fbo.gov/notices/d6280fb0ae1fe7082ddaeae666859ffe
NAICS: 541620. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This procurement is not a set-aside. The associated NAICS code is 541620. The purpose of this combined synopsis/solicitation is to purchase the following services: Supporting the environmental engineering and compliance program for the Directorate of Public Works (DPW) Environmental Division (ED) at United States Army Garrison (USAG) Italy Darby Military Community (DMC), Italy. The tasks of this requirement shall be performed onsite at the USAG Italy, DMC located between the cities of Livorno and Pisa in the Tuscany region of central Italy, situated within the Province of Pisa on the Western cot of Italy. Formerly known as "USAG Livorno" the DMC project areas are consisting of the four (4) following separate facilities: Camp Darby, Livorno Training Area, Ammunition Storage Area and Leghorn Army Depot. The services will take place at Camp Darby, Tirrenia (Pisa), Italy. FOB destination.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=d6280fb0ae1fe7082ddaeae666859ffe&tab=core&_cview=0
Posted: 01/09/17
SPONSOR: Department of the Army, Army Contracting Command, ECC, 414th CSB (W912PF) Vicenza, Italy.
PUBLICATION DATE: January 11, 2017
ISSUE: FBO-5528
C--ARCHITECT-ENGINEER SERVICES FOR COMPREHENSIVE LONG-TERM ENVIRONMENTAL ACTION NAVY V (CLEAN V), NAVAL FACILITIES ENGINEERING COMMAND PACIFIC
SOL: N6274217R1800
DUE: 021417
POC: Norine Horikawa, 808-471-4666.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274217R1800/listing.html
NAICS: 541330. THIS NOTICE CONSTITUTES A REQUEST FOR SUBMITTAL OF SF-330 CAPABILITIES PACKAGES; IT IS NOT A REQUEST FOR PROPOSALS. This acquisition will result in the award of one IDIQ contract for multi-discipline Architect-Engineer (AE) services in support of the Department of the Navy's Environmental Restoration Program, consisting of the Installation Restoration Program and Munitions Response Program in compliance with CERCLA and other similar programs. Required services will be performed at various Navy and Marine Corps facilities within the Naval Facilities Engineering Command (NAVFAC) Pacific Area of Responsibility, predominantly in Hawaii and Guam and potentially other locations, including Japan, Diego Garcia, and other areas in the Pacific or Indian Oceans. The firm may also, on occasion, be tasked to provide services to any NAVFAC Command, any Defense activity, or other federal agency activities in any geographic location. THIS ACQUISITION IS SOLICITED ON AN UNRESTRICTED BASIS. The Small Business size standard classification is NAICS code 541330, Engineering Services, with a small business size standard of $15M. It is anticipated that interviews for slated firms will be conducted in Joint Base Pearl Harbor-Hickam, HI. AE firms desiring to be considered for this acquisition shall submit a completed SF-330 package. SF-330 PACKAGES MUST BE RECEIVED BY OR BEFORE 2:00 PM HAWAII STANDARD TIME ON FEBRUARY 14, 2017.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&tab=core&id=90398e637e573fa0ff7d3c725ecbcc48&_cview=0
Posted: 01/09/17
SPONSOR: Department of the Navy, Naval Facilities Engineering Command, NAVFAC Pacific, Pearl Harbor.
PUBLICATION DATE: January 11, 2017
ISSUE: FBO-5528
R--TECHNICAL SUPPORT FOR EPA NCEA'S ECOLOGICAL RISK ASSESSMENT PROGRAMS
SOL: SOL-CI-17-00014
POC: Matthew Growney, Contracting Officer, growney.matthew@epa.gov.
NAICS: 541712. Zero-dollar PR for recompete of contract # EP-C-12-060, EAS APP# APP-ORD-16-00012, TBN 37567. Solicitation SOL-CI-17-00014 will be available for downloading only at FedConnect: https://www.fedconnect.net/FedConnect/?doc=SOL-CI-17-00014&agency=EPA [Note: It might be necessary to copy and paste the URL into your browser for direct access.]. Questions relating to the solicitation must be submitted electronically through FedConnect, and all responses to questions will be released on FedConnect. Hard copies of the solicitation package will NOT be distributed. Electronic copies of responses will be required and must be submitted through FedConnect. The U.S. Environmental Protection Agency, Office of Research and Development's National Center for Environmental Assessment, has a requirement to provide technical support in developing ecological risk assessment information, methods, and guidance, and in providing support for related activities and research to improve the science of ecological risk assessment. The Government anticipates award of an IDIQ contract that will allow for the issuance of firm-fixed-price (FFP) and time-and-material (T&M) type task orders over an ordering period of 5 years. EPA intends to award a single contract with an ordering ceiling of $60M. RELEASE OF THE SOLICITATION IS EXPECTED IN THE LATE JANUARY THROUGH MID-FEBRUARY TIME FRAME, and the close date shall be approximately 30 days thereafter. THE SOLICITATION WILL BE ISSUED ON A FULL AND OPEN COMPETITIVE BASIS with no small business set-asides. All responsible sources may submit a proposal for EPA consideration. The NAICS code is 541712 (research and development in the physical, engineering, and life sciences [except biotechnology]) with a size standard of 500 persons. Contract award will be made in accordance with FAR part 15-Contracting by Negotiation. The point of contact is Matthew Growney, Contracting Officer, at growney.matthew@epa.gov.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=0ada29bcf857b6d949ffc2f116191b51&tab=core&_cview=0
Posted: 01/13/17
SPONSOR: Environmental Protection Agency, Office of Acquisition Management, Cincinnati Procurement Operations Division.
PUBLICATION DATE: January 15, 2017
ISSUE: FBO-5532
RI/FS/RA EPA SUPPORT LEVIATHAN MINE SATOC (PRESOL)
SOL: W91238-16-R-0053
POC: Donald C. Sumner, Contract Specialist, donald.sumner@usace.army.mil, 916-557-6752.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA05/W91238-16-R-0053/listing.html
NAICS: 541620. THIS REQUIREMENT IS A WOMAN-OWNED SMALL BUSINESS SET-ASIDE. The U.S. Army Corps of Engineers (USACE), Sacramento District is issuing this announcement for a base single-award task-order contract (SATOC) setup and seed Task Order for the EPA Mine Sites RI/FS/RA Support Contract to provide the USACE Sacramento District with the capability to execute mine investigation, restoration oversight, and technical support at the Leviathan Mine site in Alpine County, California. The contract will be awarded to the responsive and responsible woman-owned small business determined to be the most advantageous to the Government as a Best Value Trade-off. Factors that will be considered include Base Contract-Technical Experience and Approach, Key Personnel Experience and Qualifications, Project Experience and Past Performance; Task Order-Technical Approach and QC/QA Plan Management; and Price- Base Contract and Task Order, with the following relationship between each factor: the Technical factors, when combined, are significantly more important than Price. THE SOLICITATION WILL BE ISSUED ON OR ABOUT JANUARY 30, 2017, with quotes likely due around March 1, 2017. A performance work statement will accompany the solicitation.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=3e71b28286db3257aca77a7920a270d2&tab=core&_cview=0
Posted: 01/13/17
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento.
PUBLICATION DATE: January 15, 2017
ISSUE: FBO-5532
NOTICE OF INTENT TO EXTEND THE PERIOD OF PERFORMANCE FOR CONTRACT NOS. W912DR-12-D-0001, W912DR-12-D-0002, W912DR-12-D-0003, W912DR-12-D-0004, AND W912DR-12-D-0005 FOR ENVIROMENTAL SERVICES FOR THE US CORPS OF ENGINEERS BALTIMORE DISTRICT (SNOTE)
SOL: W912DR-12-D-0001thru0005
POC: Kathy Brown, Kathryn.E.Brown@usace.army.mil, 410-962-2585.
NAICS: 541330. USACE's Baltimore District intends to extend the current Multiple Award Environmental Service (MAES) Contract Nos: W912DR-12-D-0001, W912DR-12-D-0002, W912DR-12-D-0003, W912DR-12-D-0004, and W912DR-12-D-0005. The current contract expires 31 January 2017 and is anticipated to be extended for six months to 31 July 2017. The additional time is required to ensure the Agency has contracts in place while the new MAES contract is being procured.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=89f2723e0a35ea5f21773048e7416873&tab=core&_cview=0
Posted: 01/13/17
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore.
PUBLICATION DATE: January 15, 2017
ISSUE: FBO-5532