The RFP Database
New business relationships start here

Operations and Maintenance Services for Rocky Mountain Arsenal


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

RMA Operations & Maintenance Contract (2)
Sources Sought

Notice Type:                        
Sources Sought
Posted Date:


Response Date:
January 8, 2019
Set Aside:
Total Small Business
Classification Code:
R - Professional, Administrative, and Management Support Services
NAICS Code:
562910 - Environmental Remediation Services



SYNOPSIS:
Title:    Rocky Mountain Arsenal (RMA) - Operations and Maintenance Contract (2)
Commerce City, CO
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.
The U.S. Army (Rocky Mountain Arsenal), requests letters of interest from qualified SMALL BUSINESSES interested in performing work under a proposed contract for Operations and Maintenance of the Army's Rocky Mountain Arsenal property and facilities located near Commerce City, Colorado.


By way of this Market Survey/Sources Sought Notice, the U.S. Army (Rocky Mountain Arsenal) intends to determine the extent of capable firms that are currently engaged in or can demonstrate experience in providing similar services to those described hereunder. The responses to this Notice will be used for planning purposes for an upcoming procurement. Therefore, this Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issuance of a RFP; nor does it commit the government to contract for any supply or service. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice. Please be advised that all responses and submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future RFP, if any is issued. Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions. Therefore, the determination as to the type of set-aside to be issued will depend upon the capabilities of the responders to this notice as evaluated by the Government.
In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Notice.


PROJECT DESCRIPTION:
The Contractor shall provide all personnel, equipment, vehicles, tools, supplies, materials, and other items and services necessary to perform all functions required for the Operations and Maintenance (O&M) of the Army retained facilities and land on the RMA. This work is further described below and includes, but is not limited to; O&M of the Groundwater Treatment Plants, Sampling and Monitoring of Groundwater Wells and Surface Water, Maintenance of Landfills and Covers, Maintenance of Infrastructure and Facilities, Regulatory Interface Support, Program Records and Reporting, Land Use Controls Compliance, Environmental Compliance, and Records Management & Geographic Information Systems (GIS) support.



1)    Groundwater Treatment Plants Description*:


The Contractor shall operate four groundwater treatment plants and associated extraction wells, recharge wells, and trenches in accordance with applicable operations manuals, industry standards, and federal, state and local regulations, as well as comply with all associated permit requirements.


North Boundary Containment System (NBCS)
The NBCS was designed to intercept contaminated groundwater from the upgradient side of the soil-bentonite barrier, treat it to remove the organic contaminants, and inject the treated water back into the alluvial aquifer on the downgradient side of the barrier. The NBCS treatment facility consists of a groundwater extraction system, monitoring wells, pre-filtration, downflow carbon adsorption, post- filtration, ultraviolet (UV) oxidation, and groundwater recharge trenches. The system is sized hydraulically to treat the anticipated flow from the NBCS extraction wells. The maximum design flow to the treatment system is 350 gallons per minute (gpm).


The Northwest Boundary Containment System (NWBCS)
The NWBCS treatment facility consists of a groundwater extraction system, monitoring wells, pre-filtration, upflow carbon adsorption, post-filtration and groundwater recharge wells/trenches. The system is sized hydraulically to treat the combined flow from the NWBCS extraction wells and the southwest extension of the NWBCS extraction wells. The maximum design flow to the treatment system from both areas is 1200 gpm.


Off-post Groundwater Intercept and Treatment System (OGITS)
The OGITS consists of groundwater extraction systems (First Creek, Northern Pathway), monitoring wells, pre-filtration, downflow carbon adsorption, post-filtration, fines collection, and groundwater recharge trenches and wells. The system was designed to treat the combined flows from the First Creek Pathway and the Northern Pathway extraction wells. The maximum design flow to the treatment system from both well fields is 480 gpm.


Basin A Neck System (BANS)
The BANS facility consists of multiple groundwater extraction systems, monitoring wells for each of the extraction systems, pre-treatment by air stripping, pre-filtration, downflow carbon adsorption, lime softening to reduce arsenic levels, post-filtration, and groundwater recharge trenches. Since the original plant was constructed, several additional extraction systems were added which convey contaminated groundwater from different areas of the RMA to the BANS for treatment. These systems include; the Section 36 Bedrock Ridge extraction system, which extracts contaminated groundwater from an area in the north-central part of Section 36, and the Complex Army Trenches (CAT) extraction system which pumps contaminated groundwater from the CAT area in the northeast part of Section 36. The treatment plant was expanded in 2010 to treat water from the Lime Basins area in the southwest part of Section 36. The maximum design flow to the treatment system is 30 gpm.


Extraction and Recharge Wells
Each ground water treatment system is comprised of multiple groundwater extraction wells and recharge wells or trenches. The wells and trenches are used to collect contaminated water and redistribute the treated water. The number of extraction wells varies at each system as follows: OGITS has 16 operational extraction wells. The NBCS contains 37 extraction wells but only requires between 12 and 15 wells to be operated in order to hydraulically capture the contaminated flow stream. The NWBCS consists of 21 extraction wells and 25 recharge wells, while BANS consists of 18 extraction wells with 3 active recharge trenches and 2 standby trenches. Alluvial water table maps and monitoring well water quality data are used to determine which wells should be operated at each system. The recharge method varies at each system. For example, there are a combination of 10 recharge wells and 10 recharge trenches at the OGITS, and 15 recharge trenches at the NBCS.


*NOTE: Currently there are four groundwater treatment plants in operation at the RMA. Plans are currently underway to combine three of the four treatment plants into a single consolidated plant. The three plants that will be combined into the single consolidated plant are; NBCS, NWBCS, and OGITS. The remaining BANS will continue to operate in its present configuration.


It is not clear at this time whether the consolidated plant will be operational by the time this contract is awarded, therefore for purposes of this Sources Sought request, responders should plan on operating all four plants and transitioning into the operation of two plants, the new consolidated plant, and BANS, sometime after award.


 


Typical Contaminants in the Dewatering Wells by Groundwater Treatment Plant System:


 


Typical Dewatering Well Contaminants at NBCS
Analyte    Typical Concentration Range (g/l)
1,2-Dichloroethane (12DCLE)    0.25 - 1.0
Aldrin (ALDRN)    0.05 - 2.5
Arsenic (AS)    0.2 - 2.5
Chloroform (CHCL3)    0.2 - 3.1
Carbon Tetrachloride (CCL4)    0.3 - 4.1
Dibromochloropropane (DBCP)    0.02 - 2.5
Diisopropylmethylphosphonate (DIMP)    1 - 200
Dicyclopentadiene (DCPD)    0.4 - 2.5
Dieldrin (DLDRN)    0.04 - 2.5
Endrin (ENDRN)    0.03 - 2.0
Fluoride (F)    1300 - 3000
N-Nitrosodimethylamine (NDMA)    0.007 - 0.3
Tetrachloroethylene (TCLEE)    0.2 - 4.0
Trichloroethylene (TRCLE)    0.25 - 1.0


 


Typical Dewatering Well Contaminants at NWBCS
Analyte    Typical Concentration Range (g/l)
Arsenic (AS)    1.2 - 4.0
Chloroform (CHCL3)    0.2 - 10.5
Diisopropylmethylphosphonate (DIMP)    0.5 - 3.0
Dieldrin (DLDRN)    0.03 - 1.5
Endrin (ENDRN)    0.03 - 0.15
Fluoride (F)    900 - 1100*
Isodrin (ISODR)    0.025 - 0.15
Trichloroethylene (TRCLE)    0.2 - 0.5


Typical Dewatering Well Contaminants at BANS
Analyte    Typical Concentration Range (g/l)
1,2-Dichloroethane (12DCLE)    0.5 - 30.0
Arsenic (AS)    10 - 50
Chloroform (CHCL3)    0.2 - 1.5
Dicyclopentadiene (DCPD)    0.2 - 0.5
Dithiane (DITH)    1.5 - 250
Dieldrin (DLDRN)    1.0 - 2.0
Endrin (ENDRN)    0.3 - 1.5
Oxathiane (OXAT)    3.0 - 25


Typical Dewatering Well Contaminants at OGITS.
Analyte    Typical Concentration Range (g/L)
Chloroform (CHCL3)    0.2 - 5.0
Dicyclopentadiene (CDPD)    0.2 - 10
Diisopropylmethylphosphonate (DIMP)    1 - 60
Dithiane (DITH)    0.4 - 0.5
Dieldrin (DLDRN)    0.03 - 0.10
Endrinketone (ENDRNK)    0.03 - 0.08
Heptachlor epoxide (HPCLE)    0.05 - 0.1
Tetrachloroethylene (TCLEE)    0.2    - 5



2)    Groundwater Wells and Surface Water Monitoring


Water-level measurements from groundwater wells, water-quality sampling of groundwater wells, and water-quality sampling from surface-water sites shall be conducted by the Contractor in order to determine the effectiveness of the remediation at RMA. There are approximately 1,300 wells that the Contractor shall monitor for water levels and/or water quality. These wells are located within the RMA and the Rocky Mountain Arsenal National Wildlife Refuge (RMANWR), which encompass an area of about 25.5 square miles, and in an off-post area that extends up to two miles north and northwest of RMA. In addition, two off-post surface water sampling sites in First Creek at the north fence line of RMA and in First Creek at Colorado Highway 2 shall be sampled by the Contractor for water quality once each year at low flow.


3)    Landfills and Covers Monitoring and Maintenance


The Contractor shall inspect, monitor, and maintain two hazardous waste landfills and two cover areas (approximately 800 total acres) that were constructed at the RMA over sites where waste was placed, consolidated or left in place. The landfills and cover areas were constructed with a cap or cover over the site with the objectives of isolating wastes and reducing infiltration of moisture to minimize the migration of contamination into groundwater. The landfills were also constructed with bottom liner systems to control, minimize, or eliminate future releases and to protect human health and the environment. While the landfills and cover areas have similar objectives, they differ somewhat in their materials of construction and approach to minimizing groundwater contamination. The landfills use barrier systems to accomplish objectives with bottom liner systems and a RCRA Subtitle C cap. The landfill caps also include a 16" crushed concrete biota barrier layer. Cover areas (including RCRA-Equivalent, 2-foot, and 3-foot covers) rely on an alternate approach to accomplish their objectives, utilizing a cover of a specific soil type, thickness, and vegetation.


4)    Infrastructure and Facilities Maintenance


The Contractor shall be responsible for ensuring that Government-owned infrastructure and facilities are properly operated, maintained, and repaired as required. The infrastructure and facilities and services generally consist of, but are not limited to; various water distribution systems, a sanitary sewer system, multiple buildings, structures, and facilities, road maintenance, snow removal, natural gas and propane systems, electrical distribution, telecommunications, pest management, and janitorial services


5)     Regulatory Interface Support


The O&M program at the RMA is overseen by and coordinated with the EPA (Region VIII), the Colorado Department of Public Health & Environment (CDPHE), and the Tri-County Health Department (TCHD). These three regulatory agencies coordinate their oversight of RMA to provide input on national, state, and local public health issues and ensure the long-term protectiveness of the RMA remedy. The contractor shall provide adequate qualified staff to provide support to the Army in meeting its responsibilities to these agencies in the form of regulatory analysis, document preparation, attendance and involvement at meetings, and other support as requested by the Government. The Government will have the primary responsibility to deal directly with the three regulatory agencies identified above and the Contractor will not have authority to make decisions for Government site representative(s).


 


6)    Program Reporting


There are multiple reports that the Contractor will be responsible for producing in support of the program, a few examples include: Five-Year Reviews; various quarterly and annual Water Treatment Plant, Groundwater Wells, and Surface Water Monitoring reports; various Landfill and Cover Area reports; and the Annual Land Use Control Monitoring report.


7)    Institutional Controls/Land Use Controls (IC's/LUC's)


As part of the long-term remedy at RMA, IC's/LUCs are utilized to minimize the potential for exposure to contamination and/or protect the integrity of the remedy. The IC's/LUCs are monitored annually to ensure they remain effective and are protective of human health and the environment. The Contractor shall perform all monitoring, evaluations, corrective actions, and reporting necessary to ensure the Government remains compliant with all IC/LUC requirements.


8)    Waste Management and Environmental Compliance


The Contractor shall perform all inspections, activities, and reporting necessary to properly manage wastes at the RMA and to ensure that the Government remains in compliance with all environmental regulatory notification and reporting requirements.


9)     Records Management and Geographic Information Systems (GIS) Support


The Contractor shall perform records management and GIS support. In general, requirements include, but are not limited to, the following:


•    Identify, gather, organize, and maintain documents and other pertinent information including the environmental database.


•    Organize, maintain and duplicate records (optical disk or other photo or electronic reproduction).


•    Provide for long-term access and preservation of records.


•    Maintain repository of administrative record documents, remediation/site files, and other site documents.


•    Operate and maintain the RMA Document Tracking Center.


•    Operate the Record Document Facilities (RDF).


•    Geographical Information System (GIS) required support includes map design and cartographic production of both vector and raster products, primarily in support of ongoing soil and groundwater remediation efforts. Support also includes 2D and 3D analyses, data manipulation, and spatial modeling. This includes, but is not limited to: spatial statistics, proximity and buffer analyses, network analysis, GRID (raster) analyses, surface development and modeling, 3d block diagrams, reclassifications/aggregations, projections/re-projections, graphic database maintenance and development, mapping activities, geographic data conversions, and image rectification and enhancement.


PROCUREMENT INFORMATION:
1)    The North American Industry Classification System code for this procurement is 562910 - Environmental Remediation Services which has a small business size standard of 750 employees.
2)    The contract type has yet to be determined, although a cost type contract with fixed priced elements is currently being considered.
3)    The duration of the contract has yet to be determined, although a nine (9) year contract duration is currently being evaluated.
4)    Although the scope has yet to be finalized, the dollar magnitude of this procurement is estimated to be approximately $50 - $75 million for the anticipated duration of the contract.
5)    The anticipated date of award is estimated to be approximately November 1, 2021.


RESPONSE INSTRUCTIONS:
THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition and whether there is sufficient interest from qualified small businesses to warrant a total small business set-aside for this procurement action. In addition, this Sources Sought notice is not to be considered as a commitment by the government, nor will the government pay for any information solicited or delivered.
Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice No Later Than January 8, 2019.
All responses under this Sources Sought Notice must be emailed to: Hugh Blaney - Contracting Officer, Rocky Mountain Arsenal, email address: hugh.p.blaney.civ@mail.mil
Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
Please note, vendors not registered in the System for Award Management (SAM) database prior to award of contracts will not be eligible for award. Vendors must also be registered in SAM under the applicable NAICS code as indicated in the advertised RFP to be considered for award. Vendors may register for SAM online at www.sam.gov or by calling 1-866-606-8220.
The total submittal shall be a maximum of eight (8) pages in length in one (1) pdf file. Double sided pages will count as two (2) separate pages.
SECURITY: Submittals received in response to this Sources Sought Notice will be held in strict confidence. Submittals will shared with the Government and the Source Selection Team, which may include non-Government evaluators, each of whom will be required to sign a Non-Disclosure Agreement. All information must be UNCLASSIFIED. It is desirable that data be received with unlimited rights to the Government. However, we recognize that proprietary information may be included with the information provided. If so, clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum.
Respondents will not be notified of the results of the evaluations of the information they provide.
A lack of small business responses to this Sources Sought Request must be treated as evidence of disinterest/incapability of small businesses to submit a proposal to any eventual RFP.


INFORMATION REQUESTED:
RESPONDERS MUST ADDRESS ALL OF THE FOLLOWING IN THEIR SUBMITTAL. IF A CHARACTERISTIC OR CAPABILITY IS NOT ADDRESSED THE GOVERNMENT WILL ASSUME THE RESPONDENT DOES NOT OR CANNOT MEET THE SALIENT CHARACTERISTICS OF THIS MARKET SURVEY.
1. Firm's name, address, point of contact, phone number, e-mail address, CAGE code and DUNS number.
2. Indicate if your company is currently registered with the Systems for Award Management (SAM) database. If not, indicate if it plans to register.
3. In consideration of NAICS code 562910, with a small business size standard in number of employees of 750, indicate which of the following small business categories your business is classified under: Small Business, Veteran Owned Small Business, Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Business.
4. Be aware, if the Government elects to use a cost-type contract, offerors must have an accounting system capable of reporting all costs incurred in accordance with the criteria set forth in FAR subpart 31.2.
5. Indicate if your company is currently prohibited from doing business with the Federal Government. YES or NO (If YES, explain).
6. It is anticipated that support will be required in the following areas (as described more fully above in the Project Description Section): Operation and Maintenance of Groundwater Treatment Systems, Sampling of Groundwater Monitoring Wells and Surface Water, Maintenance and Monitoring of Covers and Landfills, Maintenance of Infrastructure and Facilities, Regulatory Interface Support, Report Generation, Implementation and Monitoring of Land Use Controls and Institutional Controls, Waste Management and Environmental Compliance, Records Management and GIS Support.
For EACH area you are required to respond whether your organizations has the capability to provide the required support. In addition, you are REQUIRED to submit an example of providing similar support AND provide a point of contact where you provided the support to include the email and phone number. If you are unable to provide the support, but could meet the support requirement with a team member or subcontractor, you must provide an example of their providing the support and provide a point of contact where they provided the support to include the email and phone number. ONLY THOSE RESPONDERS THAT ARE CAPABLE OF PROVIDING SUPPORT IN ALL AREAS EITHER AS A PRIME, OR WITH TEAMING, OR WITH A SUBCONTRACTOR, WILL BE CONSIDERED CAPABLE OF PERFORMING THE REQUIREMENT.


a) Have you successfully operated and maintained groundwater treatment plant(s) of similar type and complexity to those described in the Project Description, item 1) above? YES or NO
If YES, describe example of providing similar support either by you, proposed teaming partner, or subcontractor, and provide point of contact where you provided the support including email and phone number.


b) Have you performed groundwater well and surface water monitoring similar to that described in the Project Description, item 2) above? YES or NO
If YES, describe example of providing similar support either by you, proposed teaming partner, or subcontractor, and provide point of contact where you provided the support including email and phone number.


c) Have you performed landfill and/or soil cover monitoring and maintenance similar to that described in the Project Description, item 3) above? YES or NO
If YES, describe example of providing similar support either by you, proposed teaming partner, or subcontractor, and provide point of contact where you provided the support including email and phone number.


d) Have you performed Infrastructure and Facilities Maintenance similar to that described in the Project Description, item 4) above? YES or NO
If YES, describe example of providing similar support either by you, proposed teaming partner, or subcontractor, and provide point of contact where you provided the support including email and phone number.


e) Have you performed Regulatory Interface, Waste Management, and Environmental Compliance support similar to that described in the Project Description, items 5) and 7) above? YES or NO
If YES, describe example of providing similar support either by you, proposed teaming partner, or subcontractor, and provide point of contact where you provided the support including email and phone number.


f) Have you performed Program Records and Reporting requirements similar to that described in the Project Description, item 6) above? YES or NO
If YES, describe example of providing similar support either by you, proposed teaming partner, or subcontractor, and provide point of contact where you provided the support including email and phone number.


g) Have you performed Records Management functions similar to that described in the Project Description, item 9) above? YES or NO
If YES, describe example of providing similar support either by you, proposed teaming partner, or subcontractor, and provide point of contact where you provided the support including email and phone number.


7. Please estimate the maximum percentage of the overall requirement which your organization could perform with in-house resources. Consider the language at FAR Clause 52.219-14(c) - Limitations on Subcontracting in your response.


8. Does your company possess the capabilities to provide the entire range of services called for in the above Project Description? You are reminded that this acquisition may be considered for a small business set-aside in accordance with Federal Acquisition Regulation (FAR) 19.502. In this case, the small business would be required to perform at least 50% of the range of the work in accordance with FAR 52.219-14. If you are planning on teaming with other companies to meet this requirement, please list the process used in selecting the members. If you will require subcontract support, please identify the area for which subcontract support would likely be utilized. Reference Question 6. a.-g. to answer this question.
Email all responses to:
Hugh Blaney - Contracting Officer
Rocky Mountain Arsenal
hugh.p.blaney.civ@mail.mil




Hugh P. Blaney, Contracting Officer, Phone 3032890149, Email hugh.p.blaney.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP