W912DR22R0037-REMEDIAL INVESTIGATIONS (RI), FEASIBILITY STUDIES (FS), DECISION DOCUMENTS, TIME CRITICAL AND NON-TIME CRITICAL REMOVAL ACTIONS (TCRA/NTCRA) FOR P...

expired opportunity(Expired)
From: Federal Government(Federal)
W912DR22R0037

Basic Details

started - 08 Mar, 2022 (about 2 years ago)

Start Date

08 Mar, 2022 (about 2 years ago)
due - 23 Mar, 2022 (about 2 years ago)

Due Date

23 Mar, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
W912DR22R0037

Identifier

W912DR22R0037
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710996)DEPT OF THE ARMY (133387)USACE (38243)NAD (5855)W2SD ENDIST BALTIMORE (1371)
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.

THIS IS A SOURCES SOUGHT NOTICE ONLY.  THIS IS NOT A REQUEST FOR PROPOSAL.  THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The U.S. Army Corps of Engineers (USACE), Baltimore District, is seeking sources with current relevant qualifications, experience, personnel and capabilities to complete Remedial Investigations (RI)/Feasibility Studies (FS), decision documents and Time Critical Removal Action (TCRA) tasks at Army National Guard (ARNG) facilities where aqueous film forming foam (AFFF) or other per- and polyfluoroalkyl substances (PFAS) releases have occurred.  The intent of this contract is to support USACE and its customer in completing these tasks at numerous ARNG facilities across the 54 U.S. states and territories.  It is expected for the duration of this contract with follow-on task order actions that RI studies and related tasks will be required at 50 to 100 ARNG facilities.Specific performance objectives of the contract will include
Project Management Plans (PMP), progress meetings, Remedial Investigation Work Plans with Uniform Federal Policy Quality Assurance Project Plans (UFP-QAPP), remedial investigations and associated multi-media sampling activities, feasibility studies, Community Relations Support including Restoration Advisory Board activities, human health and ecological risk assessments, treatability studies, water supply well surveys, providing alternative water supplies with associated TCRA documentation, and Non-Time Critical Removal Actions (NTCRA) documentation including engineering evaluation/cost analysis of potential measures to mitigate PFAS impacted water supply systems.  Per the Defense Environmental Restoration Program (DERP) Management Manual, at the conclusion of the RI the data and analysis of the data shall support either the conclusion that the release is more than likely the result of a Department of Defense (DoD) release, or more than likely the result of a non-DoD release (or some estimated proportion).  In some cases, this determination will require detailed statistical analysis to determine the chemical signature of the PFAS releases, particularly for facilities with adjacent sources (e.g., airports or manufacturing).  In other cases, the conceptual site model may be sufficient to indicate whether a release is more than likely the result of DoD activities.  In all cases, RI reports shall indicate whether the release is more than likely the result of a DoD PFAS release and include the basis for that assertion.Given the large scope of this project, the contractor may be committed to performing several (e.g., 10-20) RI studies contemporaneously along with the other technical tasks.  Thus, this project requires the use of numerous up-to-date technologies, complex field investigation methods, capabilities, and resources to properly complete the tasks in accordance with the required policies. The work under this contract shall be performed in compliance with the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), as amended, the National Contingency Plan (NCP) (40 CFR Part 300), and in compliance with USACE Requirements and Guidance for field investigations including specific requirements for sampling for PFAS.  Activities shall also comply with applicable Department of Defense (DoD), United States Army (Army), and ARNG regulations, policies and guidance.  The contract is anticipated to be awarded 4th QTR FY22 with a base five-year period of performance and follow-on task orders that each may have five-year periods.The following will be considered Key Personnel by the Government for this contract: Project Manager, Senior Scientist/Engineer, and Risk Assessor.  Key personnel will be required to possess applicable qualifications such as education, relevant experience, and/or professional registration.The Government is seeking to identify qualified large and small business sources under 2017 North American Industry Classification System (NAICS) code 562910 - Remediation Services.  The small business size standard is 750 employees.  Qualified sources are encouraged to submit responses to the following considerations.  Please note the Government shall not reply or provide any evaluation of the responses.  Please limit responses to a maximum of 7 pages in length with size 10 font.1. GeneralBusiness Name.Business Address.Cage Code and DUNS Number.SAM Registration:  Indicate if your company is currently registered with the Systems for Award Management (SAM) database.  If not, indicate if it has been registered or if it plans to register. Indicate if your company is currently prohibited from doing business with the Federal Government. Yes/No. (If yes, explain).NAICS (list all NAICS under which your firm is registered).Responsible Point of Contact.Phone Number and Email Address.Small Business Classifications: (8(a) small business, service-disabled veteran owned small business, HUB Zone small business, Small Disadvantaged business, Woman Owned, Minority, Native American small business. (Indicate all applicable classifications and, if self-certified).Identification of Joint Ventures (Business Name, Business Size and Cage Code of JV)2. CapabilitiesPlease provide a description of the services your company provides as it relates to the description of work provided in this notice.Please provide a description of the range of geographic locations that can be supported by your company.Please provide a brief description of relevant PFAS experience to include contract number, types of services, dates of the contract performance, and value of the contract or task order.Please provide a brief description of the types of methods, technologies, and science applications used in recent investigations (last five years) of PFAS impacted sites.3. Small Business ConsiderationsLarge Business: Please provide a general description of subcontracting opportunities extended to small businesses, to include types of services and complexity of work, to include examples of past related projects.Small Business: Please provide a description of your company's capability to perform at least 50% of the effort if subcontracting and if, known, identify the team member subcontractor.  If large business subcontractors are utilized, please provide examples of past related projects.Comments will be shared with the Government and the project delivery team, but otherwise will be held in strict confidence.THIS NOTICE IS NOT A REQUEST FOR PROPOSAL, QUOTE OR BID.  It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition.  In addition, this sources sought is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered. Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice NLT 11:00 P.M. Eastern Standard Time (EST) March 23, 2022. There is a maximum page limitation of 7 pages with size 10 font. All responses under this Sources Sought Notice must be emailed to aaron.g.jones@usace.army.mil and katie.r.marrette@usace.army.mil referencing the sources sought notice number W912DR22R0037.Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.  If you have any questions concerning this opportunity please contact: Aaron Jones via email – aaron.g.jones@usace.army.mil and katie.r.marrette@usace.army.mil

RESOURCE MANAGEMENT OFFICE 2 HOPKINS PLAZA  BALTIMORE , MD 21201-2526  USALocation

Place Of Performance : RESOURCE MANAGEMENT OFFICE 2 HOPKINS PLAZA BALTIMORE , MD 21201-2526 USA

Country : United StatesState : Maryland

Classification

naicsCode 562910Remediation Services