The RFP Database
New business relationships start here

Environmental Compliance and Hazardous Material/Waste Management Support Services



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

Sources Sought Announcement for Indefinite-Delivery, Indefinite-Quantity (IDIQ) Contract
Environmental Compliance and Hazardous Material/Waste Management Support Services

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


This announcement seeks information from industry which will be used for preliminary planning purposes. No proposals are being requested or accepted with this announcement. 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.


1. AGENCY: United States Army Corps of Engineers (USACE) Europe District (NAU)


2. NAICS: 541620 - Environmental Consulting Services


3. PLACE OF PERFORMANCE: Germany, Poland, Hungary, Romania, Belgium and the Netherlands


These contracts may be used to support U.S. Army Europe installations and/or other U.S. Government Agency requirements. It is estimated that the bulk of the work will take place in Germany, Poland, Hungary, Romania, Belgium and the Netherlands. To a lesser extent, work may be located in: Albania, Armenia, Azerbaijan, Bosnia-Herzegovina, Bulgaria, Croatia, Czech Republic, Denmark, Estonia, Georgia, Greece, Italy, Kosovo, Latvia, Lithuania, Luxembourg, Norway, Portugal, Serbia, Slovakia, Slovenia, Spain, Turkey, Ukraine, United Kingdom, and U.S. Africa Command (AFRICOM) area of responsibility (AOR), which includes: Burkina Faso; Central African Republic; Democratic Republic of São Tomé and Príncipe; Democratic Republic of the Congo; Federal Democratic Republic of Ethiopia; Federal Republic of Nigeria; Federal Republic of Somalia; Gabonese Republic; Islamic Republic of Mauritania; Islamic Republic of The Gambia; Kingdom of Lesotho; Kingdom of Morocco; Kingdom of Swaziland; Libya; People's Democratic Republic of Algeria; Republic of Angola; Republic of Benin; Republic of Botswana; Republic of Burundi; Republic of Cabo Verde; Republic of Cameroon; Republic of Chad; Republic of Côte d'Ivoire; Republic of Djibouti; Republic of Equatorial Guinea; Republic of Ghana; Republic of Guinea; Republic of Guinea-Bissau; Republic of Kenya; Republic of Liberia; Republic of Madagascar; Republic of Malawi; Republic of Mali; Republic of Mauritius; Republic of Mozambique; Republic of Namibia; Republic of Niger; Republic of Rwanda; Republic of Senegal; Republic of Seychelles; Republic of Sierra Leone; Republic of South Africa; Republic of South Sudan; Republic of the Congo; Republic of the Sudan; Republic of Uganda; Republic of Zambia; Republic of Zimbabwe; State of Eritrea; Togolese Republic; Tunisian Republic; Union of the Comoros; United Republic of Tanzania. (The following countries will be considered key areas of performance: Burkina Faso, Federal Republic of Nigeria, Kingdom of Morocco, People's Democratic Republic of Algeria, Republic of Benin, Republic of Botswana, Republic of Cameroon, Republic of Chad, Republic of Djibouti, Republic of Ghana, Republic of Kenya, Republic of Niger, Republic of Senegal, Republic of Sierra Leone, Republic of Uganda, Togolese Republic, United Republic of Tanzania.


4. ACQUISITION INFORMATION: The U.S. Army Corps of Engineers, Europe District anticipates soliciting and awarding an Indefinite Delivery-Indefinite Quantity contract to be procured in accordance with Public Law (PL) 92-582 (the Brooks Act) and Federal Acquisition Regulation Part 36. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.


Total Value of the Contract: The amount of work for each contract will not exceed $9,500,000.00 across the base and all option periods with a maximum limit per task order of $2,500,000.00. 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 period (not to exceed one year), for a total contract performance period not to exceed five (5) years.


Anticipated Award Date: The contract is anticipated to be awarded in the 1st Quarter FY18.

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


The Government reserves the right to award an additional contract from the solicitation within one year from contract award date.


5. 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


6. SOURCES SOUGHT: The purpose of this source sought is 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.


7. 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.


8. SUBMISSIONS: Offerors response to this Sources Sought shall be limited to 8 pages and shall include the following information (Clarifications and or questions shall be submitted in a separate word document and will not count towards the 8 page limitation):


• Offeror's Name, address(es), English speaking point of contact, phone number and e-mail address
• Offeror's interest in proposing on the solicitation when it is issued
• Offeror's Cage Code and DUNS number
• 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:
o Experience working in Germany, Poland, Hungary, Romania, Belgium and the Netherlands
• Offeror's Joint Venture information or Teaming Arrangements
o Include Cage Code or System for Award Management (SAM) information/registration, if available


9. RESPONSES DUE: All interested contractors should submit responses via email by 1600 HOURS Central European Time on Tuesday, 28 February 2017. Submit responses and information to Bjorn Hale at bjorn.t.hale2@usace.army.mil. No hard copies will be accepted.


10. QUESTIONS: Questions regarding this Sources Sought Announcement may be directed to Contract Specialist Bjorn Hale at bjorn.t.hale@usace.army.mil AND Contracting Officer Delos (Chris) Halterman at delos.c.halterman@usace.army.mil.


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


 


 


 


 


 


Bjorn T. Hale, Contract Specialist , Phone 49061197442301, Email bjorn.t.hale2@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