Inactive
Notice ID:PANNWD-19-P-001859
This is a Sources Sought to conduct market research for developing a procurement strategy for an upcoming requirement for environmental services for Fence-to-Fence (F2F) Environmental Services at Moun...
This is a Sources Sought to conduct market research for developing a procurement strategy for an upcoming requirement for environmental services for Fence-to-Fence (F2F) Environmental Services at Mountain Home Air Force Base, Idaho and Malmstrom Air Force Base, Montana. THIS IS NOT A SOLICITATION ANNOUNCEMENT. A solicitation is currently not available. After review of the response(s) to this notice, and if the Government still plans to proceed with the acquisition, we expect to issue a separate solicitation announcement in Federal Business Opportunities (www.fbo.gov). Responses to this Sources Sought will not be used as adequate responses to any future solicitation announcement. This Sources Sought notice is a market research tool used for planning purposes only to gain knowledge of the interest, capabilities, and qualifications of interested firms. The North American Industry Classification System (NAICS) Code for this project is 541330 with a small business size standard of $15M. Note for the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $15 million. PROJECT INFORMATION: The U.S. Army Corps of Engineers (USACE) - Seattle District has been tasked with assisting Air Force Civil Engineer Center (AFCEC) to procure multi-year, fence-to-fence (F2F) contracts for environmental services at Mountain Home Air Force Base (AFB) and Malmstrom AFB in accordance with technical and regulatory requirements. The contractor shall provide environmental services to support one or more of the following environmental compliance programs on the AF base, as needed/regulated by the Idaho Department of Environmental Quality (IDEQ), Montana Department of Environmental Quality (MDEQ), U.S. Environmental Protection Agency (EPA), and/or other state and local regulatory agencies: Hazardous Waste (HW) Program, Hazardous Materials (HM) Program, Air Program, Storm Water Program, Natural Resources Management Program, Environmental Management System (EMS) Program, and other environmental compliance programs as necessary. The contractor shall perform all work in accordance with applicable federal, state, and local statutes and regulations, Executive Orders (EOs), DoD/AF policies and instructions, and the AF base requirements including, but not limited to, the AF base Activity Management Plan (AMP), Environmental Action Plan (EAP), Integrated Cultural Resources Management Plan (ICRMP), Integrated Natural Resources Management Plan (INRMP), Hazardous Waste Management Plan (HWMP), Hazardous Materials Management Plan (HMMP), Storm Water Management Plan (SWMP), Asbestos Management Plan, P2 Plan, Spill Prevention Control and Countermeasure (SPCC), the AF base General Requirements for Environmental Protection, and Storm water Pollution Prevention Plan (SWPPP). The contractor shall be immediately capable of understanding and addressing environmental laws and regulations as they pertain to the work performed. SUBMISSION REQUIREMENTS Interested firms should submit a capabilities package limited to five (5) pages and include the following: 1. Firm's name, address (mailing and URL), point of contact, phone number, small business classification (if applicable), and email address. 2. Examples of past projects as the Prime Contractor similar to the scope above. a. Contractor must provide a brief description of experience in performing similar projects for environmental services of similar scope completed within the last six years. Examples should include the following information: i. A description of the project, customer name, timeliness of performance, customer satisfaction and dollar value of each project. 3. CAGE code and DUNS number of your firm. 4. Firm's Joint Venture Information, if applicable. Please note that this research is for planning purposes 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 requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. Associations may be as joint ventures or as key team subcontractors. Responses to the Sources Sought notice should be received as soon as possible but no later than 2:00 pm (Pacific Time) on Thursday, 31 January 2019. The responses should be forwarded to the attention of Lorraine Laurente, Contract Specialist, by email: lorraine.q.laurente@usace.army.mil. NOTE: Email size is limited to 20MB.