The RFP Database
New business relationships start here

Environmental Compliance MATOC - Italy



Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The U.S. Army Corps of Engineers, Europe District is conducting market research to determine potential sources having the qualification and experience to perform the described work below; to gain knowledge of interest, capabilities and qualifications of firms who have the capabilities to complete and perform contracts of this magnitude; and to address any questions, recommendations, or concerns from Industry. The Government must ensure there is adequate competition among potential pool of responsible contractors. Prior Government contract work is not required for submitting a response under this sources sought announcement. No reimbursement will be made for any costs associated with providing information in response to this sources sought notice or any follow up information requests.

The overall program objective is to provide a Firm-Fixed Price (FFP) IDIQ multiple award task order contracts (MATOC) to support environmental compliance and hazardous material/hazardous waste (HM/HW) management support for U.S. Garrisons in the U.S. Army Corps of Engineers, Europe District (CENAU) area of responsibility and at various known or suspected contaminated sites. The objective of the contract is to provide environmental compliance and hazardous material/hazardous waste support to CENAU's current and potential clients. This contract will be used within the area of operations where CENAU supports the military and statesmanship mission of the U.S. Government.  Contract awards are anticipated for any work for US Forces and/or Facilities in Italy.


Total Value of the Contract: The amount of work for the MATOC will not exceed a shared capacity of $2,000,000.00 across the base and all option periods with a maximum limit per task order of $500,000.00. Work will be issued by negotiated firm-fixed-price task orders not to exceed these maximum limits.


Performance Period: The contract will include a base period of three (3) years and two (2) option periods (of one year each), for a total contract performance period not to exceed five (5) years.


This contract will require work to be performed by a company experienced in a wide variety of environmental disciplines. The company is required to be experienced in a broad range of environmental compliance and hazardous material/hazardous waste management support. In addition, the Contractor must have capability in developing management plans, Spill Response Plans, environmental management system compliance and inspections, archaeological services (compliance with the National Historic Preservation Act), and conducting sampling of various medias (air, water, soils, sediments, etc.). Environmental compliance experience by the Contractors within Italy will be needed, with the company's team being fluent in technical and conversational English and Italian. Previous knowledge in reviewing and applying U.S. and European host nation environmental and compliance regulations for hazardous materials/waste management is advantageous.

The detailed plans and specifications for these services, issued at the task order level, will specify the minimum performance characteristics of the services in accordance with the requirements of FAR Part 11, Describing Agency Needs. To the extent possible, the references in the specifications will be to widely recognized standards or specifications promulgated by governments, industries, or technical societies.


Small and Small Disadvantaged Business requirements are waived for this project due to its OCONUS location.


Project Description: The general scope of work includes, but is not limited to:


Under this planned contract(s), the Contractor shall provide all labor, supervision, transportation, supplies, vehicles, tools, materials, equipment and incidental services required to execute and document results of environmental compliance and hazardous material/waste management support at Department of Defense facilities. Examples of compliance and management support work to be performed under this contract(s) shall include but not limited to:


Environmental Compliance (U.S. Army Regulation 200-1, country specific Final Governing Standards, etc.):


1. Environmental management system compliance and inspections
2. Environmental performance assessment
3. Management plan updates
4. Environmental Baseline Surveys
5. Archaeology services, in terrestrial, marine, and aquatic environments, including but not limited to: formal historic and cultural resource inventories, on-site inventory plans, reconnaissance surveys (including ground penetrating radar if needed), complete and update ICRMPs, prepare property protection plans, architectural surveys and services, and participate in forensic recovery assistance.
6. Sampling and analytical testing for sediment, soil, air, and/or surface and groundwater for chemical and geotechnical parameters
7. Sampling and analytical testing for asbestos, radon, lead on surfaces or in the air
8. Groundwater modeling, fate and transport analyses, or other technologies
9. Preparing work plans, quality control plans, quality assurance plans, and health and safety plans
10. Decision documents and sampling reports prepared using technical English and/or translated into Host Nation language
11. Maps delineating targeted locations with GIS supported layers
12. Host Nation coordination
13. Environmental Performance Assessments
14. Implementation of Final Governing Standards (FGS) through various media monitoring
15. Environmental training
16. Management plans and standard operating procedures (SPOs)


Hazardous Materials/Waste Management Support (USAR 200-1, FGS, European Agreement Concerning the International Carriage of Dangerous Goods by Road requirements, Defense Reutilization and Marketing Office procedures, etc.):


1. Solid Waste Management (including recycling)
2. Hazardous materials/waste management (HM/HW) system support
3. HM/HW inspections
4. hazardous material reuse center operations
5. Hazardous waste management center operations
6. Spill Response Plans and updates
7. Pollution Prevention (P2) program management support
8. Pesticide management support
9. Sampling and testing of contaminated building materials



SUBMISSIONS: Offerors response to this Sources Sought shall be limited to 8 pages and shall include the following information:


1. Offeror's Name, address(es), English speaking point of contact, phone number and e-mail address
2. Offeror's interest in proposing on the solicitation when it is issued
3. Offeror's Cage Code and DUNS number (or SAM information/registration, if available)
4. Offeror's capability to perform a contract of this magnitude and complexity (include offeror's capability to execute environmental compliance and hazardous material/waste management support services, comparable work performed within the past ten (10) years, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project). Provide at least 3 examples that demonstrate experience working in Italy.
5. Offeror's Joint Venture information or Teaming Arrangements [Include Cage Code or System for Award Management (SAM) information/registration, if available]


RESPONSES: The Capabilities Statement for this sources sought is not intended to be a Request for Proposal nor Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. It is to request statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation.


RESPONSES DUE: All interested contractors should submit responses via email by Wednesday, 3 May 2017 at 1000 hrs Central European Summer Time. Submit responses and information to Contract Specialist, Ms. Candace Lotomau, at candace.c.lotomau@usace.army.mil. No hard copies will be accepted.


QUESTIONS: Questions regarding this Sources Sought Announcement may be directed to Ms. Lotomau AND Contracting Officer Delos (Chris) Halterman at delos.c.halterman@usace.army.mil.


****SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY****


Candace Lotomau, Contract Specialist, Email candace.c.lotomau@usace.army.mil - Delos C Halterman, Contracting Officer, Email Delos.C.Halterman@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP