Sources Sought for Joint Munitions Command Environmental Support, Multiple Locations
SOURCES SOUGHT SYNOPSIS For Joint Munitions Command Environmental Support, Multiple Locations This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary pl... SOURCES SOUGHT SYNOPSIS For Joint Munitions Command Environmental Support, Multiple Locations This is a SOURCES SOUGHT announcement; a market survey for 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. Respondents will be notified of the results upon request. The U.S. Army Corps of Engineers - Tulsa has been tasked to solicit and award an Environmental Consulting Services contract for Stack Testing. The proposed acquisition will be competitive, firm fixed price, contract. The type of set-aside decision to be issued will depend upon the responses to this synopsis. 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), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible firms. Small business, Section 8(a), HUBZone, SDVOSB and WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources for Environmental Support at the following locations: Tooele Army Depot, Utah Scranton Army Ammunition Plant, Pennsylvania Radford Army Ammunition Plant, Virginia Pine Bluff Arsenal, Arkansas Milan Army Ammunition Plant, Tennessee McAlester Army Ammunition Plant, Oklahoma Lake City Army Ammunition Plant, Missouri Iowa Army Ammunition Plant, Iowa Hawthorne Army Depot, Nevada Holston Army Ammunition Plant, Tennessee Crane Army Ammunition Activity, Indiana Blue Grass Army Depot, Kentucky The required services are to provide technical consultative support regarding Clean Air Act (CAA) Maximum Achievable Control Technology (MACT) Rule requirements for thermal treatment systems, CAA/Resource Conservation and Recovery (RCRA) Act regulatory requirements, and other regulations/proposed regulations which could have the potential to impact thermal treatment systems and analyze alternative thermal treatment demilitarization technologies. This support shall include evaluation and assessments of Hazardous Waste Combustor (HWC) health hazards, permitting of thermal treatment systems and training on regulatory requirements and permitting processes for thermal treatment systems. The contractor shall perform Human Health and Ecological Risk Assessments of thermal treatment systems. The contractor shall perform waste feed characterization to support comprehensive performance test plans (CPTPs), develop Mini-Burn Test Plans, CPTPs and Confirmatory Performance Test Plans (CfPTPs) and oversee conduct of mini-burn tests, CPTs and CfPTPs for thermal treatment systems and perform all required air emission testing for thermal treatment systems. The contractor shall also repair and/or upgrade Continuous Emissions Monitoring Systems (CEMS) equipment to maintain compliance and perform audits on the Army's thermal treatment systems at Army depot locations to ensure compliance. The North American Industry Classification System code for this procurement is 541620 with a small business size standard of $16.5M. Small Business firms are reminded under FAR 52.219-14 (Deviation 2019-O0003), Limitations on Subcontracting. Firm will not pay more than 50% of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 50% subcontract amount that cannot be exceeded. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about 10 October 2019. The official solicitation will be issued on Federal Business Opportunities www.fbo.gov. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity outlined in the Scope of Work above: Brief description of the project, customer name, timeliness of performance, and dollar value of the project) - provide at least 3 examples. 4. Additionally, please answer the following questions: a. Has your firm/teaming partners performed air pollution emission testing for thermal treatment demilitarization systems within the previous 5 years? If yes, please provide contract number, award and end dates, location, final dollar amount, and client POC information. b. Does your firm/teaming partners possess the technical capability to perform the described requirements, including the Clean Air Act Hazardous Waste Combustor Maximum Achievable Control Technology Rule emission limitations and operating requirements? If yes, please describe how/why: c. Does your firm/teaming partners possess the technical capability to provide permitting support of thermal treatment systems to comply with EPA Air and RCRA regulations? If yes, please describe how/why: d. Do your firm/teaming partners posess the technical capability to perform Human Health and Ecological Risk Assessments? If yes, please describe how/why: e. Does your firm/teaming partners possess the technical capability to develop Comprehensive Performance Test Plans and Confirmatory Performance Test Plans for thermal treatment systems and oversee conduct of tests? If yes, please describe how/why: 5. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, and WOSB. 6. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable. Interested Firm's shall respond to this Sources Sought Synopsis no later than 2:00PM, Central Standard Time on 18 September 2019. All interested firms must be registered in SAM to be eligible for award of Government contracts. 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 18 September 2019 AT 2:00PM CST.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »