Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W9128F-19-S-E005
Response to this synopsis is strictly voluntary and is in accordance with DFARS PGI 206.302-1. There is no bid package or solicitation document associated with this announcement. The requested informa...
Response to this synopsis is strictly voluntary and is in accordance with DFARS PGI 206.302-1. There is no bid package or solicitation document associated with this announcement. The requested information is for market research and planning purposes only and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of contractors' information. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations under Federal Acquisition Regulation (FAR) 3.104. The U.S. Army Corps of Engineers (USACE), Omaha District, intends to extend contract W9128F-14-D-0009 on a sole source basis under the authority of FAR 6.302-1(a)(2)(iii)(B) with BERS-Weston Services JVA, LLC (BERS-Weston), 111 W 16th Avenue, Anchorage, AK 99501. The contract is for Rapid Response services for remediation of various hazardous waste sites for national coverage (Continental United States, Alaska, Hawaii and U.S. Territories). The Omaha District originally awarded this contract to BERS-Weston via small business competition. Due to the 2019 flood response and recovery mission within USACE Northwest Division, the Omaha District requires the continuation of these services until the follow-on source selection and resulting award is completed. The current contract provides rapid (initiating fieldwork within 30 days of work authorization) and immediate response (initiating fieldwork within 72 hours of work authorization). The following rapid response types of services were listed in the original sources sought under Sources Sought Notice W9128F-09-S-E0002: provide full environmental remediation/restoration services, to include site characterization and assessment, to federal or federally funded sites, as defined by NAICS Code 562910. These sites may involve the potential release, or presence of hazardous toxic or radioactive waste, or hazardous or toxic substances. Sites may involve a potential for physical or hazardous risk to protected ecosystems or the environment, or the restoration of such ecosystems. Project sites may involve the presence of infectious, biological or chemical wastes or contamination, or the presence, release or potential release of all controlled substances, including petroleum and petroleum based products. Select sites may involve the presence of Ordnance and Explosives (OE), Unexploded Ordnance (UXO) or chemical warfare agent(s). Requirements may involve Resource Conservation and Recovery Act (RCRA) and the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA) regulations in addition to specific regulations from State regulatory agencies including those related to underground storage tanks (UST). Sites may involve the incidental design, assembly and installation of preventive or protective systems required to protect human populations, facilities, and ecosystems from the threat of natural disasters, acts of terrorism or acts of war. Sites may involve the management, demolition and debris disposal services, hazardous or non-hazardous, resulting from a natural disaster or act of aggression against the United States. Project(s) may involve a variety of services determined necessary to meet the response demands of the federal government in support of Homeland Defense and the global war on terrorism (CONUS and OCONUS). To meet such demands, contractors will be required to provide these services on a relatively short notice. Majority of the services provided for under the current contract is cost reimbursement type which entails the Contractor to have an adequate and approved cost accounting system. The period of performance USACE Omaha District is seeking will be a maximum of and not to exceed six (6) months. It is the intent of Omaha District to extend the current contract in accordance with FAR clause 52.217-8 Option to Extend Services. This is not a solicitation for competitive proposals; however, if any interested party believes that they can meet the above requirement, they may submit a capability statement to the point of contact listed in this Sources Sought Notice. All information furnished must be in writing and must contain sufficient detail to allow USACE to be able to determine if the interested party can perform the requirement described herein. The Government will consider responses received by the established due date/time set forth in this notice. If no affirmative written responses are received by 2:00pm central time on 15 April 2019, modification to W9128F-14-D-0009 will be made without further notice. Any questions regarding this notice must be submitted in writing via email to the point of contact. A determination by the Government not to compete this requirement is solely within the discretion of the Government and any justification approved under FAR 6.302-1 will be made publicly available in accordance with FAR 6.305. All interested, capable, qualified (under NAICS code 562910) and responsive small business contractors are encouraged to reply to this sources sought notice. Please e-mail responses to melissa.r.harlon@usace.army.mil and john.h.tucker@usace.army.mil no later than 2:00pm central time on 15 April 2019. Responses must include in the subject line: Response to Sources Sought Notice W9128F-19-S-E005. THIS NOTICE DOES NOTCONSTITUTE A PRE-SOLICITATION NOTICE OF SOLICITATION ISSUANCE.