The RFP Database
New business relationships start here

Emergency & Non-Emergency HAZMAT disopsal


California, United States
Government : Homeland Security
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a Sources Sought announcement and is for information/market research purposes only. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT ANNOUNCEMENT. No reimbursement will be made for any costs associated with providing information in response to this announcement or any information requests. Respondents will not be notified of the results of the evaluation.

The USDA, Forest Service, Region 5 is planning to solicit for a multiple award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for Emergency Hazardous Materials (HAZMAT) Release Response, Non-CERCLA Site Investigation, Cleanup, and Restoration and, Site Investigation and Cleanup of Illegal Marijuana Grows, The type of set-aside decision to be issued will depend upon the capabilities of the responses to this sources sought announcement.

The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB) and Economically Disadvantage Woman-Owned Small Business. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUB Zone, EDWOSB and SDVOSB are highly encouraged to participate.

The objective of this HAZMAT Response Sources Sought announcement is to determine the availability of companies who can provide professional services in Emergency and non-Emergency situations when there is a need to remediate hazardous materials or to identify materials as hazardous or non-hazardous, prepare a remediation plan, and accomplish remediation.

Professional Environmental Services for Emergency Hazardous Materials Release Response, Non-CERCLA Site Investigation, Cleanup and Remediation, and Illegal Marijuana Grow Site Investigation and Cleanup.
Services include but are not limited to the following:

Activity 1: Emergency Hazardous Material Release Response:

This includes providing emergency response services to a hazardous materials release or spill on National Forest System Lands. This can include but is not limited to, emergency response to hazardous materials spills or releases, clandestine drug labs, abandoned or illegally disposed of hazardous materials on National Forest System lands. Under this activity the Contractor must be able to provide response service to any location in the Region with a 2 to 8 hour response time. Work under this activity includes, but is not limited to:
• Hazardous materials/waste characterization
• Preventing and/or controlling further releases to the environment when possible
• Site characterization and clean-up of the site
• Waste transportation and
• Off-site waste disposal


Activity 2: Non-CERCLA Site Investigation, Cleanup and Restoration:
This includes (1) responding to and cleaning up releases of hazardous substances and wastes; (2) non CERCLA site investigation, cleanup and restoration including, but not limited to the following hazards: asbestos, drug labs, indoor air quality and mold, lead-based paint, marijuana cultivation sites, underground storage tanks, structure demolition, etc.
• Collect water, soil, sediment, wipe and air samples
• Obtain technical data
• Waste classification and profiling
• Waste transportation and off-site disposal
• Provide technical data reports
• Identify recommendations for remediation
• Perform site remediation and restoration


Activity 3: Site Investigation and Cleanup of Illegal Marijuana Grow Sites:
This includes providing environmental services for the investigation and clean-up of hazardous materials and hazardous and solid wastes and associated contamination at illegal marijuana grow sites on National Forest System lands in Region 5. Many of these grow sites are in remote areas on national forest system lands some with limited vehicle access and will require either hiking in or the use of helicopters. Work under this activity includes, but is not limited to:
• Inventory, characterize and dispose of hazardous chemicals and wastes
• Sampling of irrigation water impoundment, irrigation lines, soils and plants for chemical contamination
• Under Forest Service law enforcement oversight, removal of pesticide contaminated cannabis plants
• Removal of contaminated grow site infrastructure, (irrigation water impoundment, irrigation lines)
• Removal of solid wastes
• Sampling and decontamination of Forest Service vehicles which may have been contaminated with hazardous chemicals from illegal grow sites
• Sampling and analysis of potentially contaminated field equipment and clothing worn by Forest Service staff to determine if contaminated with hazardous chemicals from illegal grow sites
Projects may be located anywhere throughout United States Department of Agriculture (USDA), Forest Service (FS), Pacific Southwest Region 5. Region 5 (R5 includes 18 National Forests located primarily in California with some small acreage along the California/Nevada Border and the California/Oregon border. Some of the work may encompass private land adjacent to these National Forest lands.


HAZMAT Response Services are broken into three California Services Areas as indicated by attached Acquisition Management Service Area Map. The Northern California Service Area is comprised of the following forests: Six Rivers, Mendocino, Shasta-Trinity, Klamath, Modoc, and Lassen National Forests. The Central California Service Area is comprised of the following forests: Plumas, Tahoe, Eldorado, Lake Tahoe Basin, Stanislaus, and Inyo National Forests. The Southern California Service Area is comprised of: Los Padres, Angeles, Sierra, Sequoia, Angeles, San Bernardino, and Cleveland forests. Interested firms can submit to provide services for one or any combination of the work activities and for any combination of the three (3) service areas covered by this Sources Sought Announcement.
The Government anticipates award of multiple firm-fixed priced Indefinite Delivery, Indefinite Quantity. The period of performance will be for a base period of one year from date of initial award with the option to exercise four (4) additional one year periods. The intent is to have a contract awarded around November 2016.
Individual task order will be issued against the base contract as program needs arise. The task orders will be individual projects and include a specific statement of work and period of performance. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered.
Firm's response to this Sources Sought Announcement shall be limited to five (10) pages and shall include the following information:


1. Company's name, address, point of contact, phone number, and email address.
2. Company's interest and capability of providing HAZMAT Services in Region 5 (please indicate which work activity and which service area(s) the firm has interest and capability in providing service)
3. Company's size standard for NAICS code: 562910
4. Identify Company's other types of certifications, ie. Service Disabled Veteran-owned, 8(a), Hubzone, Women-owned, etc.
5. Company's Joint Venture (existing), including Mentor Protégés and teaming arrangement information is acceptable.

All interested firms are advised that registration in the System for Award Management database (SAM) is required prior to award of a contract. There is no cost for registration in SAM when registration is completed on the official SAM website (www.sam.gov).

Solicitation packages are not available. This is not a Request for Proposals.
Interested firms shall respond to this Sources Sought Announcement no later the 4:00 PM on 1 August 2016

Please submit requested information via email to Cree Prevost, creeprevost@fs.fed.us, and Al Belin, abelin@fs.fed.us. Or via mail to 1323 Club Drive Vallejo, CA 94592


Alfort Belin, Regional Supervisory Contract Specialist, Phone 7075629107, Email abelin@fs.fed.us - Cree M. Prevost, Procurement Assistant, Phone 707-562-8897, Fax 707-562-9144, Email creeprevost@fs.fed.us

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP