Sources Sought Synopsis for Performance Based Environmental Remediation Services at Air Force Bases in Oklahoma and Arkansas (OK/AR Group) and Air Force Bases in Texas and Louisiana (TX/LA Group)
SOURCES SOUGHT SYNOPSIS For Performance Based Environmental Remediation Services At Air Force Bases in Oklahoma and Arkansas (OK/AR Group) AND Air Force Bases in Texas and Louisiana (TX/LA Group) This... SOURCES SOUGHT SYNOPSIS For Performance Based Environmental Remediation Services At Air Force Bases in Oklahoma and Arkansas (OK/AR Group) AND Air Force Bases in Texas and Louisiana (TX/LA Group) This is a SOURCES SOUGHT announcement and market survey to solicit information only to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. NOTE: this is a single Sources Sought addressing two independent contract acquisitions with same/similar requirements. The U.S. Army Corps of Engineers - Tulsa District has been tasked to solicit and award two independent C-type Performance Based contracts for remediation services to complete and/or advance environmental restoration (clean-up) requirements at the following locations in Oklahoma and Arkansas: Air Force Plant (AFP) 3, Oklahoma (OK); Altus Air Force Base (AFB), OK; Little Rock AFB, Arkansas (AR); Tinker AFB, OK, and Vance AFB, OK (collectively known as the OK/AR Group) and the following locations in Texas and Louisiana: Barksdale AFB, Louisiana (LA); Dyess AFB, Texas (TX); Goodfellow AFB, TX; Joint Base San Antonio (JBSA) Camp Bullis, TX; JBSA Fort Sam Houston, TX; JBSA Lackland, TX; JBSA Randolph, TX; Laughlin AFB, TX; and Sheppard AFB, TX (collectively referred to as the TX/LA Group). The Environmental Remediation activities will be scoped to accomplish environmental restoration by achieving identified performance objectives at 65 Installation Restoration Program (IRP) sites for the OK/AR Group and at 81 IRP sites and 18 Military Munition Response Program (MMRP) sites (Long Term Management activities) for the TX/LA Group. Each site will have performance objectives that either advance or complete the restoration activities. Work under each C-type contract will encompass a wide range of environmental remediation services, including investigation and analytical methods, monitoring, inspection and maintenance activities; and evaluation and optimization of existing groundwater remediation systems while complying with applicable federal, state, and local laws. The regulatory framework will be site dependent and is comprised of various administrative processes under the oversight of the Environmental Protection Agency (EPA), or States pursuant to the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) and Resource Conservation and Recovery Act (RCRA), and includes a variety of administrative orders and permits such as Federal Facilities Agreements, Consent Administrative Orders, RCRA Corrective Action Permits, etc. The Government is seeking qualified, experienced sources, capable of performing the work. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women-Owned Small Business (WOSB) and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible firms. ALL FIRMS are highly encouraged to respond to the sources sought. The anticipated period of performance for each contract is 10-years. The estimated award for the OK/AR Group contract is between $15,000,000 and $25,000,000 and between $20,000,000 and $25,000,000 for the TX/LA Group contract. The North American Industry Classification System (NAICS) code for both procurements is 562910 which has a small business size standard of 750 employees. Small Business firms are reminded that FAR 52.219-14, Limitations on Subcontracting (Deviation 2019-O0003) requires that an entity will not pay more than 50% of the amount paid for contract performance to subcontractors that are not similarly situated entities. A "similarly situated entity" means a first-tier contractor that has the same small business program status as that which qualifies the prime contractor for an award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform. Prior Government contract work is not required for submitting a response under this sources sought synopsis. The proposed acquisitions will be, firm fixed price contracts and competitively selected on a best value trade-off basis. Earliest projected award date for either procurement is second quarter of FY20. The type of set-aside decision to be issued will depend upon the responses to this synopsis. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Interested Firm's shall respond to this Sources Sought Synopsis by completing the questionnaire below no later than 4:00PM Central Standard Time hours on 15 April 2019. All interested firms must be registered in SAM to be eligible for award of Government contracts. Interested firms are requested to complete the questionnaire below. Questions concerning this sources sought should be emailed to the Contract Specialist, Ms. Brenda Anderson, at Brenda.K.Anderson@usace.army.mil; phone number 918-669-7274. PERSONAL VISITS FOR THE PURPOSE OF DISCUSSING THIS SOURCES SOUGHT WILL NOT BE ENTERTAINED. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. THIS SOURCES SOUGHT CLOSES ON 15 April 2019 AT 4:00PM CST. Additional Info: None Contracting Office Address: US Army Corps of Engineers 2488 E. 81st St Tulsa, OK 74137 ________________________________________________________________ SOURCES SOUGHT QUESTIONNAIRE FOR OPTIMIZED REMEDIATION CONTRACT (ORC) C-TYPE CONTRACTS FOR OKLAHOMA/ARKANSAS GROUP AND TEXAS/LOUISIANA GROUP Section 1: General Organizational Information 1. Please complete this questionnaire to demonstrate interest in participating in either or both two potential upcoming competitive acquisitions in accordance with FAR Part 15 by the U.S. Army Corps of Engineers (USACE) Southwestern Division (SWD), Tulsa District (SWT) - Name of Firm - Business Address - Point of Contact - POC Phone Number - City/Town - State - ZIP Code - CAGE Code - POC E-Mail Address - Website URL Address 2. What is the Firm's Dun and Bradstreet (D&B) Data Universal Numbering System (D-U-N-S) Number? 3. Is Firm registered in the System for Award Management (SAM)? Y/N 4. If yes to Question 3, does the Firm have NAICS 562910, Environmental Remediation Services, on their SAM profile? Y/N 5. What is the Firm's Business Size and socio-economic certifications for NAICS 562910, Environmental Remediation Services (Size Standard is 750 employees)? - Small Business Concern - Women-Owned Small Business - Service Disabled Veteran-Owned Small Business - Section 8(a) Participant - HUBZone Small Business - Large Business - Other? (please identify) 6. Please identify which contract is the firm interested in? - OK/AR Group (only) - TX/LA Group (only) - Both Section 2: Capabilities to Support Environmental Remediation Services The C-type ORC contracts will provide performance based environmental remediation services for the OK/AR and TX/LA Groups. Based on the information within this synopsis and your response to question 6, please respond to the following questions: 7. Has the Firm been awarded a competitive Government contract (Federal) for Environmental Remediation services encompassing multiple installation and/or sites similar to the ORC environmental remediation services for the OK/AR Group or TX/LA Group in the past 5 years? If yes, list: Customer, Contract Number, Task Order Number (if applicable), Title, Location/Installation, and Final Dollar Value for each Environmental Remediation Services Contract awarded in the past 5 years. List contracts and individual Task Orders only, not the Base IDC capacity. 8. Indicate and discuss the state regulatory agencies the Firm has had substantive engagement with in the course of providing environmental remediation services within those states covered by the ORC Groups (presentation is limited to 2 pages). ODEQ engagement TCEQ engagement ADEQ engagement LDEQ engagement 9. Please indicate and discuss the Firm's capability and relevant experience over the past 5 years providing same/similar magnitude and scope of environmental remediation services as described in this synopsis by providing examples of up to three projects the Firm has performed. Experience may either be as the prime or subcontractor (identify which). The summary of experience presentation is limited to 5 pages. Section 3: Contracting Experience and Capacity 1. What is the dollar value of the LARGEST SINGLE performance based stand-alone contract or Task Order the Firm/Team has successfully managed and performed, or is currently performing, for environmental remediation services for DoD installations/facilities within the past 5 years? (An IDC, or D-type contract, is not applicable.) - Less than $1M - $1M to less than $2.5M - $2.5M to less than $5M - $5M to less than $7.5M - $7.5M to less than $10M - $10M to less than $15M - $15M to less than $20M - Greater than $20M - None
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »