The RFP Database
New business relationships start here

USAFE-AFAFRICA Environmental Services Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) Contract


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

 
Program Objectives: The objective of environmental program administered by the Air Force Civil Engineer Center, Europe Division, Environmental and Real Property Branch (AFCEC/CFEE) is to support the various missions within the United States Air Forces in Europe (USAFE) and United States Air Forces Africa (AFAFRICA) by expertly addressing environmental needs in accordance with technical, legal, and policy requirements. 

Description(s):  The USAFE-AFAFRICA Environmental Services Multiple Award IDIQ Contract will encompass the full range of methods, technologies, and supporting activities necessary to conduct environmental services and environmental construction efforts (restoration/remediation) to address environmental needs within USAFE and AFAFRICA in accordance with technical, legal, and policy requirements. Requirements will be carried out at various USAFE and AFAFRICA installations [to include but not limited to: Aviano Air Base (AB), Italy; Incirlik AB, Turkey; Izmir AB, Turkey; Lajes Field, Azores, Portugal; Moron AB, Spain; Ramstein AB, Germany; Royal Air Force (RAF) Alconbury, United Kingdom; RAF Croughton, United Kingdom; RAF Fairford, United Kingdom; RAF Lakenheath, United Kingdom; RAF Menwith Hill, United Kingdom; RAF Mildenhall, United Kingdom; Spangdahlem AB, Germany; Camp Simba, Manda Bay, Kenya; Chabelley Air Station, Djibouti; Air Base 101, Niamey, Niger; and Air Base 201, Agadez, Niger] and all geographical locations included in the USAFE and AFAFRICA missions.  Environmental projects to be performed under this contract will involve various environmental focus areas, to include but not limited to:  environmental management systems, construction, repair, facility demolition, site enhancement and restoration, inspections, air quality, wastewater, stormwater, drinking water, natural resources, cultural resources, environmental impact analysis process, environmental baseline surveys, hazardous material management, hazardous waste management, solid waste management, pollution prevention, sampling, testing, analysis and monitoring, remedial actions operations, pesticide management, petroleum, oil and lubricants management, storage tank management, precision leak testing, asbestos, radon and vapor intrusion, lead-based paint and ordnance removal and disposal.

Submission Instructions:  Interested parties may submit a Statement of Capability. The statement of capability must include the following information

Prospective Business Identification:

a. Company Name and Address

b. Point of Contact Name, Phone Number and Email Address

c. A website address that provides additional information about the prospective business

d. The North American Industry Classification System (NAICS) code for this effort is code 562910 with a size standard of $20.5M. Identify your company size as: Small, Small disadvantaged, 8a, Woman-owned Small Business (WOSB), Economically Disadvantaged Woman-owned Small Business (EDWOSB), Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), and/or HUB Zone Business (HBCU/MI) in accordance with this NAICS code.

e. Provide any applicable affiliate information (e.g. potential joint venture or teaming partners, etc.)

 

Responses to this request for information/sources sought shall also address the following questions:

•1.      Describe your familiarity with the Overseas Environmental Baseline Guidance Document (applies in Africa), and the Final Governing Standards in European countries.

•2.      Describe your company's relevant capability to provide environmental services support in accordance with the draft Performance Work Statement (PWS), to include any relevant experience at overseas DoD installations in general, and within USAFE/AFAFRICA specifically.

•3.      Include a brief history of your company, and relevant experience.

•4.      For task orders under this contract, the government may opt to group projects by installation, by country or by environmental specialty area.  Please let us know if you have any considerations or concerns with this approach.

•5.      Does your company have permanent offices in Europe and/or Africa? If so, where are your offices located? What is the size of each location? How many full time and permanent employees work in each location?

•6.      What is the maximum capacity of work your firm could reasonably manage while assuring effective program/project implementation and maintaining quality performance in dollars per year, task orders per year and contract man year equivalents?

•7.      What is the minimum and maximum dollar value for which your firm would typically consider submitting a proposal for environmental service projects/task orders?

•8.      To help the Government improve the quality of the final PWS, please provide any feedback on the draft PWS included in this request for information. The Government requests that feedback be submitted in the comment resolution matrix


Interested parties are requested to limit their responses to 10 pages.       


 


 


Tawana Jackson, Contracting Officer, Phone +49 0631.536.8813, Email tawana.jackson.1@us.af.mil - Amanda Huckle, Program Manager, Phone +49 0631.536.0105, Email amanda.huckle@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP