Corrective Measures Implementation (CMI) for Eight (8) Solid Waste Management Unit (SWMU) Sites, Hawthorne Army Depot, Nevada

expired opportunity(Expired)
From: Federal Government(Federal)
PANSPD-20-P-0000000809

Basic Details

started - 02 Apr, 2020 (about 4 years ago)

Start Date

02 Apr, 2020 (about 4 years ago)
due - 28 Apr, 2020 (about 4 years ago)

Due Date

28 Apr, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
PANSPD-20-P-0000000809

Identifier

PANSPD-20-P-0000000809
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708137)DEPT OF THE ARMY (132980)USACE (38072)SPD (2646)US ARMY ENGINEER DISTRICT SACRAMENT (1148)

Attachments (2)

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 SYNOPSIS for MARKET RESEARCH only.This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME, OTHER THAN WHAT IS POSTED WITH THIS NOTICE.Responses are being sought from qualified SMALL and OTHER THAN SMALL business concerns possessing the technical/management expertise to execute the work requirements.The attached DRAFT Performance Work Statement (PWS) dated 05 March 2020 defines the scope of environmental services necessary for performance of the requirements.The project objective involves Compliance Restoration (CR) and Installation Restoration Program (IRP) sites by conducting required environmental restoration services for which the United States Department of the Army is statutorily
responsible; addressing any and all environmental, explosive safety, scheduling, and regulatory issues; and, assuming contractual liability and responsibility for the achievement of the performance objectives for the cleanup sites at Hawthorne Army Depot identified on the attached draft PWS.The resulting contract from the upcoming solicitation will be for base period of 2 years for the base items. There will be 3 Option Year period of performances for 1 year each Option Year. The Government reserves the right to not exercise any options under this contract. The resulting contract type is expected to be a Firm Fixed Price Remediation (FFPR) approach under a Performance-Based Acquisition (PBA).The purpose of this Sources Sought is to gain knowledge of interest, capabilities and qualifications of various members of industry, including the Other-Than-Small and Small Business Communities. The Government must ensure there is adequate competition among the potential pool of responsible contractors.NAICS Code: 562910 - Environmental Remediation ServicesPrior Federal Government contract work is not required for submitting a response under this sources sought synopsis.The official Synopsis citing the solicitation number may be issued on beta.SAM.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. The Government has yet to make a determination as to the acquisition source.Firm's response to this Synopsis shall be limited to 10 pages and shall include the following information:-Firm's name, address, point of contact, phone number, and e-mail address.-Firm's CAGE and DUNS numbers if applicable.-Firm's interest in bidding on the solicitation when it is issued.-Firm's Capability Sheet as it relates to this project-Provide Example Projects: The firm should provide a brief description of the project, customer name, and timeliness of performance, customer satisfaction, and dollar value of the project.-Provide three (3) but no more than five (5) example projects demonstrating experience of work similar to that described within the description provided above.-Firm's Business Size category: Other-Than-Small Business, Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, Women Owned Small Business or 8(a).-Firm's Joint Venture information if applicable.Interested Firms shall respond to this Sources Sought Synopsis no later than 5:00 PM Pacific Time 27 April 2020.Firms must be registered in SAM.gov to be eligible for award of Government contracts.

,
  89415  USALocation

Place Of Performance : N/A

Country : United States

Classification

naicsCode 562910Remediation Services