Federal Bid

Last Updated on 16 Jun 2012 at 8 AM
Special Notice
Location Unknown

Groundwater Remediation - Kokomo, IN

Solicitation ID RFI-IL-12-CSSS
Posted Date 17 May 2012 at 10 PM
Archive Date 16 Jun 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Region 5 Contracting Office
Agency Environmental Protection Agency
Location United states
Request for Information: RFI-R5-12-CSSS

Subject Request for Information (RFI) announcement is published for market research purposes ONLY. Submitted information will assist Environmental Protection Agency (EPA) Region 5, United States with internal acquisition planning relative improving the Performance Work Statement, obtaining market information assisting with set-aside decisions, determination of appropriate level of competition and/or possible small business subcontracting goals. THIS IS NOT AN ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND ANY FOLLOW-UP REQUESTS. No telephone calls requesting a solicitation will be accepted or acknowledged.
BACKGROUND:
The contractor shall be prepared to support the Long Term Remedial Action (LTRA) for Continental Steel Superfund Site Operable Unit 1 as described in the Performance Work Statement (PWS), Operations and Maintenance (O&M) Plan, O&M Manual and other references attached to this RFI. The primary place of performance will be along West Markland Avenue in the City of Kokomo, Township 23 North, Range 3 East, and Township 24 North, Range 3 East, Howard County, Indiana.
REQUIREMENTS:
The successful contractor shall be able to provide all necessary personnel, materials, equipment, and services in support of the performance requirements, objectives and standards delineated in the PWS. A draft PWS is attached for your information; this document is not in final form and is subject to change based upon comments received from this RFI. Contractors should have experience in operating ground water pump and treatment systems, performing sampling events, and performing ground water modeling and interpretation. Requirements are described in the PWS and include, but are not limited to: routine operation and maintenance of a groundwater extraction system, groundwater sampling, measurement and analysis (of environmental groundwater conditions and effluent/discharge from the extraction system), and documenting results. Please review the PWS and provide any comments that you may have.
POTENTIAL CONTRACT INFORMATION:
It is anticipated that the ONE contract will be awarded as a Firm Fixed Price Contract starting around October 2012 with a 12 month base period, and four (4), one (1) year options. The estimated maximum potential dollar value over the life of the contract is $650,000. The applicable primary NAICS code is 562910, Remediation Services, with a small business size standard of $14 Million. For more information on size standards under this NAICS code and the Small Business Administration (SBA) small business standards visit: http://www.sba.gov/category/navigation-structure/contracting/contracting-officials/eligibility-size-standards
Please provide a brief description of your company's ability to perform the requirements of the PWS. Firms shall also provide point of contact information (name, title, telephone number, and email address) where available for the efforts cited above. Provide specific details about related qualifications and experience with operating ground water pump & treat systems, performing ground water sampling events, performing ground water modeling and interpretation. Describe the qualifications of your company's staff to perform or manage the sampling and analytical activities. Describe the methodology used for interpretation of sampling, monitoring, and analysis to report on O&M and environmental groundwater conditions.
Interested contractors shall provide their size status for the above referenced NAICS, (i.e. large, small) and whether or not they are a certified HUB Zone, small disadvantaged, woman-owned, veteran, service-disabled veteran-owned, or 8(a) small businesses concern. Contractors shall describe any Environmentally Preferred Practices they can utilize in performance of the attached PWS.
Please submit your company's response either as a hard copy or electronically with font sizes no smaller than 12 point and on standard 8-1/2" x 11" size paper. Please limit entire response to twenty (20) pages, ten (10) double-sided sheets of paper. Electronic submissions shall be in a PDF or Word format and be less than 10MB as email boxes in our office have limited capabilities. Submit responses to both Daniel Olsson and Sara Losos, either to the address below or via the following email addresses: [email protected] and [email protected]. Please submit responses by the close of business on June 1, 2012.
Responses to the RFI will not be returned. There is no commitment by the Government to issue a Request for Quote (RFQ) or Request for Proposal (RFP), or make an award or awards, or to be responsible for any monies expended by industry responses to this RFI. Do not submit pricing information in response to this RFI.
Additional Info:
Contracting Office Address:
U.S. Environmental Protection Agency Region 5
Resource Management Division,
Acquisition and Assistance Branch, MCC-10J
77 W. Jackson Blvd.
Chicago, IL 60604

Point of Contact(s):
Sara Losos
Contract Specialist
Phone: 312-886-6565
E-Mail: [email protected]

Bid Protests Not Available

Similar Past Bids

Location Unknown Not Specified
Location Unknown Not Specified
Location Unknown Not Specified
Los angeles California 13 Sep 2023 at 4 AM

Similar Opportunities