Inactive
Notice ID:DOIAFBO230163
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR QUOTES. THIS DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT FOR ANY PURPOSE OTHER THAN ...
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR QUOTES. THIS DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT FOR ANY PURPOSE OTHER THAN MARKET RESEARCH. * The Bureau of Indian Affairs (BIA), Alaska Regional Office (ARO) is seeking potential sources capable of providing Environmental Remediation Services in Napaskiak, Alaska. * Description: Napaskiak is located within the Yukon?Kuskokwim Delta on the south bank of the Napaskiak Slough, six miles south of Bethel and 400 miles west of Anchorage, Alaska. In 2012 previous reports documented DRO and PAH contamination in the vicinity of the site. The BIA is seeking sources with the capability to remove or treat soils contaminated with fuel in Napaskiak, Alaska. The work is expected to include, but is not limited to the following: - Remediation of approximately 1,000 cubic yards of fuel contaminated soil by means of removal and disposal or in-situ landfarming. - In-situ treatment of abandoned sewage lagoon (25’ x 35’, 25 cy, 18,000 gal). - Removal and disposal of buried drums from an estimated 16ft wide and 22ft long beneath approximately 1.5 to 3ft of soil. - Groundwater monitoring utilizing three existing wells. * Response Requirements: All business categories are invited to respond. Responses must include the following: - Unique Entity Identifier (UEI) number and business type (e.g., Indian Small Business Economic Enterprise (ISBEE), Indian Economic Enterprise (IEE), Large Business, Small Business (SB), 8(a) Program, Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) or other). - Document capability by providing a narrative response detailing a minimum of two (2) and a maximum of five (5) projects similar to that detailed above. Project information shall include final price, location, date and a narrative description. - Include a statement detailing capacity to accomplish the anticipated work mentioned above. - Describe ability to keep costs low in the remote location of Napaskiak, AK. - Respondents are encouraged to provide any feedback, comments, and questions regarding the requirement described above. * Attachments/Links: https://dec.alaska.gov/Applications/SPAR/PublicMVC/CSP/SiteReport/25241 * The North American Industry Classification System (NAICS) code is 562910 and the small business size standard is $25M. * All contractors must have a SAM Unique Entity Identifier (UEI) number, be registered and ACTIVE in the System for Award Management (SAM) at https://www.SAM.gov, have completed their SAM Representations and Certifications, and have a positive standing. * Submissions shall be sent via electronic mail to jodi.zachary@bia.gov. To be considered in this research, please provide the information listed above no later than 5:00 PM Pacific on August 31, 2023. PLEASE INCLUDE THE NOTICE ID IN YOUR EMAIL SUBJECT LINE. DOIAFBO230163. * Note: The purpose of this market research is to survey prospective contractors in order to collect data, comments, and other information pertaining to this industry. Upon review of the responses to this sources sought notice, the BIA will determine if a set-aside (in full or in part), or procurement through full and open competition, is in their best interest. * No reimbursement will be made for any costs associated with providing information in response to this announcement. Any information submitted by respondents to this notice is strictly voluntary. As part of the requirements, the contractor shall provide all personnel, equipment, supplies, facilities, transportation, materials, supervision, and other items and non-personal services necessary to perform the required services. Only electronic mail will be acceptable for contractor’s submissions. No feedback or evaluations will be provided regarding such submissions.