Optimized Remediation Contract (ORC) at Vandenberg SFB (VSFB). This remediation will involve Installation Restoration Program (IRP) and Military Munitions Respo...

expired opportunity(Expired)
From: Federal Government(Federal)
W912PL23S0006

Basic Details

started - 25 Sep, 2023 (7 months ago)

Start Date

25 Sep, 2023 (7 months ago)
due - 06 Oct, 2023 (6 months ago)

Due Date

06 Oct, 2023 (6 months ago)
Bid Notification

Type

Bid Notification
W912PL23S0006

Identifier

W912PL23S0006
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709039)DEPT OF THE ARMY (133115)USACE (38131)SPD (2652)W075 ENDIST LOS ANGELES (463)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

*Be advised that in order to gain more interest we are extending the sources sought notice to 10/6/2023 @ 2PM Local time.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. This notice does not constitute any commitment by the Government. 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 not be notified of the results of the evaluation.The U.S. Army Corps of Engineers – Los Angeles District has been tasked to solicit and award an Optimized Remediation Contract (ORC) at Vandenberg SFB (VSFB). This remediation will involve Installation Restoration Program (IRP) and Military Munitions Response Program (MMRP) sites base wide. The North American Industry Classification System Code for this procurement will be
562910 Remediation Services.The proposed project will be a competitive, firm-fixed price, contract pursuant to FAR 15, using the Tradeoff process.The government intends to issue a solicitation; however, the results and analysis of the market research will finalize the determination of the set-aside decision. The type of set-aside decision(s) to be issued will depend upon the responses to this notice.The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of industry to include both the Large Business (LB) and the Small Business (SB) Community (including SB subcategories). The SB subcategories include the following: 8(a) Concerns certified by the Small Business Administration, Historically Underutilized Business Zones (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Woman Owned Small Businesses (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Prior Government contract work is not required for submitting a response to this sources sought noticeSmall Businesses are reminded under Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting, they must perform at least 50% of the cost of the contract, not including the cost of materials, with their own employees.The Government is seeking qualified, experienced sources capable of performing the optimized remediation of 34 IRP sites and 28 MMRP sites at Vandenberg SFB, CA. Remediation activities will include, but not be limited to:Maintenance of established IRP and MMRP site remedies Optimization of remedial efficiency at applicable IRP sites.Achievement of site-specific performance objectivesThe estimated contract duration is 10 years.Minimum capabilities required include the following: Past performance demonstrating success at with ORC type work, similar to the work described above.Firm’s response to this Synopsis shall be limited to 5 pages and shall include the following information:Firm’s name, address, point of contact, phone number, and e-mail address.Firm’s interest in bidding on the solicitation when it is issued.Provide at least two (2) but no more than three (3) example projects of your firm’s capability to perform a contract similar in scope and complexity to this requirement.Firm’s Business Size – Large Business, SB, Certified SBA 8(a) Concern, HUBZone, Service Disabled Veteran Owned SDVOSB, or EDWOSB or WOSB.Firm’s Joint Ventures (existing), including Mentor Protégés and teaming arrangement information, as appropriate.Interested Firms shall respond to this Sources Sought Synopsis no later than 2:00 pm, September 25, 2023. All interested firms must be registered in SAM to be eligible for award of Government contracts. Response by email are required, please send to Michael G. Robinson, Contract Specialist.Michael.g.robinson@usace.army.mil. Anticipated solicitation issuance date is on or about February 2024 and the estimated proposal due date will be on or about March or April 2024. The official synopsis citing the solicitation number will be issued on Government Site, System for Award Management, SAM.GOV.

Lompoc ,
 CA  93437  USALocation

Place Of Performance : N/A

Country : United StatesState : CaliforniaCity : Lompoc

Classification

naicsCode 562910Remediation Services
pscCode F108Hazardous Substance Removal, Cleanup, and Disposal Services and Operational Support