The RFP Database
New business relationships start here

Architect-Engineer (A-E) Environmental Engineering Services at Santa Susana Field Laboratory (SSFL)


Alabama, United States
Government : Federal
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

NASA MSFC has a requirement for continuation of Architect-Engineer (A-E) Environmental Engineering Services at Santa Susana Field Laboratory (SSFL) located in Ventura County, California for environmental remediation, compliance, and monitoring services at SSFL. NASA MSFC intends to procure these services from CH2M Hill, Incorporated (CH2M) pursuant to FAR 6.302-1(a)(1), which implements the authority of 10 U.S.C. 2304(c)(1) when an Agency's need for supplies or services is available from only one responsible source that will satisfy Agency requirements and FAR 6.203-1(a)(2)(iii)(B), unacceptable delays in fulfilling the Agency's requirements.


For over fifty years, the SSFL was utilized for the development, test and validation of various rockets engines, fuels and solvents. The fuels and solvents were used to test and maintain the propulsion systems and testing facilities which have over the years collected in the ground water and caused contamination. Federal and State environmental laws require remediation of the affected areas followed by a period of monitoring. California law requires that remediation be sustained, without cessation, through completion. This effort will provide professional engineering with experience in investigation and clean-up, natural resources specialists, cultural resources specialists, chemists, risk assessors, community relations specialists, hydrogeologists, regulatory compliance, remediation services needed to maintain compliance with state and federal environmental regulations, and respond to legally enforceable Consent Orders signed with Department of Toxic Substance Control (DTSC).


Competition is impractical at this time for the following reasons:
a. CH2M is uniquely qualified to perform this scope because the required schedules in the Consent Orders are extremely challenging, with many interrelated components currently managed by CH2M to achieve the interim and final deadlines. For example, CH2M is primarily responsible for the efforts to develop the Groundwater RFI (RCRA [Resource Conservation and Recovery Act] Facility Investigation) and the Groundwater Corrective Measures Study and the Soil Remediation and Implementation Plan (SRAIP) for two areas of SSFL, which are critical path milestones that directly support the DTSC Decision Document, currently scheduled for May 2018. The schedules for these tasks, as well as related tasks, are achievable if there are no impacts to the ongoing and planned work being performed by CH2M. However, there is significant risk that the schedules will not be met should there be a disruption in the services CH2M is currently providing or if a contract transition occurs prior to NASA satisfying the cleanup requirements.


b. Award to any contractor other than CH2M would cause NASA to incur unacceptable risk in meeting the mandated SSFL cleanup schedules. Also, contracting with any other source would result in significant inefficiencies because no other source has the background and established relationships with the regulatory agencies. CH2M staff possesses the support contractor institutional knowledge and expertise related to the basis for the cleanups at SSFL. In addition, the contractor possesses significant credibility with the regulators and public at SSFL related to these cleanups. It is critical that the aforementioned expertise and experience be retained, particularly at this phase of the cleanup schedule when most of the engineering and planning decisions which will directly influence NASA's remaining costs and schedule.


The Government does not intend to acquire a commercial item using FAR Part 12.


Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 4:00 p.m. CST on March 13, 2017. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government.


Oral communications are not acceptable in response to this notice.


All responsible sources may submit an offer which shall be considered by the Agency.


NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/publibrary/Omb.html.


 


Kimberly J Spencer, Contract Specialist, Phone 2565441479, Email kim.spencer@nasa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP