The RFP Database
New business relationships start here

Environmental Remediation Services MATOC Small Business, Various Locations Primarily Alaska and Pacific Rim


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

THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT ANNOUNCEMENT.

The U.S. Army Corps of Engineers Alaska District is conducting market research to facilitate determination of acquisition strategy. The determination of acquisition strategy for this acquisition lies solely with the government and will be based on this market research and information available to the government from other sources. This market research is being conducted in order to identify small business firms with the capabilities to perform the following requirement:


The Alaska District is contemplating a Multiple Award Indefinite Delivery Indefinite Quantity contract with capacity of approximately $240 Million to perform Environmental Remediation Services (ERS) in support of a wide range of customers serviced by the Alaska District. Environmental remediation services work executed under the new IDIQ contracts will primarily include investigations, studies, engineering support, remedial designs, removal and remedial actions and operations and maintenance activities for our customers. The contracts will support the Alaska District's Formerly Used Defense Sites (FUDS) program, Army and Air Force environmental programs and the environmental programs of other non-DoD customers. Task orders may be firm fixed price or cost reimbursement therefore potential contractors must possess accounting systems adequate for award of cost reimbursement work.


Military customers include the Army, Air Force, Air Force Space Command (AFSC), the Alaskan Command (ALCOM), and Army Medical Command (AMC). Other customers include agencies outside the Department of Defense (DoD), such as the U.S. Forest Service (USFS), U.S. Coast Guard (USCG), Federal Aviation Administration (FAA), National Oceanic and Atmospheric Administration (NOAA), Environmental Protection Agency (EPA), and Bureau of Land Management (BLM). Requirements will be carried out as specified in the individual task order at locations within Alaska and also potentially within the U.S. Pacific Command (USPACOM) area of responsibility (AOR) in locations which may include Hawaii, Japan, Korea, Guam and Diego Garcia.


In carrying out work assignments, the contractor will furnish the personnel, equipment, materials and transportation necessary to perform assignments described in each task order issued under this contract. Contractor personnel will possess appropriate certifications and training to accomplish the required services. The contractor shall provide adequate professional supervision and quality control to assure the accuracy, quality, safety and completeness of the required work. All work assignments will be conducted in accordance with all applicable federal, state, and local regulations. The Contractor will be responsible for identifying regulations that will affect this contract. For work in areas outside of the United State and its territories, the Contractor shall also comply with applicable international agreements and Department of Defense policies.


The applicable North American Industry Classification System (NAICS) code is 562910, Environmental Remediation Services and the related small business size standard is 750 employees. THIS IS A SOURCES SOUGHT FOR QUALIFIED SMALL BUSINESS PRIME CONTRACTOR FIRMS ONLY. All interested SMALL BUSINESS firms are encouraged to respond to this announcement no later than 28 February 2017, 2:00 PM AST, by submitting all requested documentation listed below by email to: Kathy Kinnett at kathy.j.kinnett@usace.army.mil.


Interested small business firms should submit a capabilities package (not exceeding 5 pages) demonstrating the ability to perform work listed above. Packages should include the following information:


1. Firm overview to include business name, address, email point of contact and business size under NAICS 562910, Environmental Remediation Services.
2. Statement of firm capabilities.
3. Demonstration of the firm's experience as a prime contractor on projects of similar size, type and complexity within the past five (5) years. List actual environmental remediation projects completed and include project title and location, a brief description of the project, dollar amount of the project and work that was self-performed.
4. Statement of the firm's experience with cost reimbursement contracting and adequacy of the firm's accounting system for cost reimbursement work. Indicate whether the firm has a recent DCAA accounting system audit.
5. Experience and desire in performing environmental remediation projects outside of the US.
6. The firm's intent to submit a proposal on the subject acquisition.


Responsible sources demonstrating relevant experience and the capabilities to perform the work will be considered. Prospective contractors must be registered in the System for Award Management (SAM) to be eligible for a contract award. Information on SAM can be obtained via the Internet at http://www.sam.gov.


Kathy Kinnett, Contract Specialist, Email kathy.j.kinnett@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP