611th Civil Engineer Squadron Fence to Fence

Agency:
State: Alaska
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159261642335393
Posted Date: Oct 5, 2023
Due Date:
Source: Members Only
Follow
611th Civil Engineer Squadron Fence to Fence
Active
Contract Opportunity
Notice ID
W911KB24R0019
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
POD
Office
W2SN ENDIST ALASKA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 05, 2023 03:46 pm EDT
  • Original Response Date:
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 06, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: F108 - ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION
  • NAICS Code:
    • 562910 - Remediation Services
  • Place of Performance:
    AK
    USA
Description

611th Civil Engineer Squadron (CES) Fence-to-Fence, Long Range Radar Sites (LRRS) to include Barter Island LRRS, Cape Lisburne LRRS, Cape Newenham LRRS, Cape Romanzof LRRS, Cold Bay LRRS, Fort Yukon LRRS, Indian Mountain LRRS, Kotzebue LRRS, Murphy Dome LRRS, Oliktok LRRS, Pont Barrow LRRS, Sparrevohn LRRS, Tatalina LRRS, Tin City LRRS and other 611th CES sites to include Eareckson Air Station, King Salmon Divert Airfield, Ka’ala Air Force Station, Koke’e Air Force Station, Wake Island Airfield, – Sources Sought





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. The U.S. Army Corps of Engineers, Alaska District, is conducting this market research to identify businesses which have the capability to perform the following work:



The Contractor(s) selected would provide environmental compliance support necessary to execute Air Force (AF) and Air Force Civil Engineer Center (AFCEC) mission requirements, as well as the environmental mission at Pacific Air Force (PACAF) Regional Support Center (PRSC) installations located in Alaska, Hawaii, and Wake Island. Requirements include but are not limited to: air quality; hazardous material /hazardous waste management; waste water and storm water management; storage tank management; and environmental monitoring, sampling, and analysis. The Contractor(s) selected would be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis on remote sites to support the air quality, hazardous material, hazardous waste, waste water, storm water management, storage tank management, and environmental monitoring, sampling and analysis requirements. The Contractor(s) selected would be required to have sufficient staff, flexibility, and capability to be available full time on site to support the hazardous waste program with rotation of personnel as needed at the following locations: Wake Island Airfield and Eareckson Air Station. Typical types of services to be provided may include hazardous waste (HW) management and in compliance with the Hazardous Materials Transportation Act (HMTA) and 49 Code of Federal Regulations (CFR)-Department of Transportation (DOT); Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA); Resource Conservation and Recovery Act (RCRA); other applicable federal (including 40 CFR Part 264/265, Subparts A through E, and parts 260-279 and 282), state, and local laws and regulations; related Department of Defense (DoD) and USAF directives (AFI 32-7042, AFMAN 32-7002); and installation-level Hazardous Waste Management Plans (HWMP). HW management services shall include, but are not limited to HW collections; HW accumulation sites; sampling and analysis of HW; HW monitoring systems; implementation and management of waste tracking systems; HW characterization and inventories; inspections of HW accumulation areas; training installation personnel and other contractors on management, handling and storage of hazardous wastes; transport of hazardous waste; preparation of reports related to HW management; entering all required waste data into Enterprise Environmental, Safety, and Occupational Health Management Information System (EESOH-MIS); prepare, update, and maintain HWMPs; identification of treatment and disposal sites; recordkeeping; training; compliance inspection or audit support; Central Accumulation Area (CAA); and preparation of new or modifications to existing HW permits. The Contractor shall be responsible for all required paperwork, including but not limited to hazardous waste manifests, universal waste manifests, non-hazardous waste manifest, DOD paperwork, etc. The documentation associated with HW removal and disposal must be sent to the AF in advance for review, approval, and signature. The AF (or delegated representative) will be responsible for approving proposed waste and proper shipping names and, upon review and concurrence, will sign the manifest. Under this contract, the Contractor will provide support for the management of hazardous waste. The selected firm must demonstrate the ability to perform on military installments and in remote areas of Alaska and the Pacific Rim at the time of contract and follow-on delivery order award.



The applicable North American Industry Classification System (NAICS) code is 562910, Remediation Services, and the related small business size standard in number of employees 1,000. THIS IS A SOURCES SOUGHT FOR QUALIFIED PRIME CONTRACTOR FIRMS ONLY. All interested firms are encouraged to respond to this announcement no later than 5 November 2023, 2:00 PM AKST, by submitting a PDF via email to thomas.howard@usace.army.mil.



Interested firms should submit a capabilities package (not exceeding 3 pages) demonstrating the ability to perform work listed above. Packages should include the following information:




  1. Business overview to include business name, CAGE, Unique Entity ID, address, email point of contact, and business size standard under NAICS 562910

  2. If a small business, identify small business type (HUBZone, SDVOSB, 8(a), Women Owned Small Business, etc.).

  3. Demonstration of the firm’s experience as a prime contractor on projects of similar size, type and complexity within the past five years. List actual projects completed and include project title and location, a brief description of the project to include dollar amount of the project and work that was self-performed.

  4. The business’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. System for Award Management (SAM), as required by FAR 4.1102 and 4.1201, will apply to this procurement. Prospective contractors must be registered prior to award. Lack of registration in the SAM database will make an offeror ineligible for award. Information on SAM registration can be obtained via the Internet at http://www.sam.gov.


Attachments/Links
Contact Information
Contracting Office Address
  • CONTRACTING OFFICE KO 2204 3RD STREET
  • ANCHORAGE , AK 99506-0898
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Oct 05, 2023 03:46 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >