Remedial Actions (RA) and Long-Term Monitoring (LTM) of groundwater

Agency:
State: Alaska
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159655256376372
Posted Date: Jan 25, 2024
Due Date: Feb 1, 2024
Source: Members Only
Follow
Remedial Actions (RA) and Long-Term Monitoring (LTM) of groundwater
Active
Contract Opportunity
Notice ID
697DCK-24-R-00200
Related Notice
Department/Ind. Agency
TRANSPORTATION, DEPARTMENT OF
Sub-tier
FEDERAL AVIATION ADMINISTRATION
Office
697DCK REGIONAL ACQUISITIONS SVCS
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jan 25, 2024 01:24 pm CST
  • Original Response Date: Feb 01, 2024 02:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 16, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: F108 - ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION
  • NAICS Code:
    • 562910 - Remediation Services
  • Place of Performance:
    McGrath , AK 99627
    USA
Description

The Federal Aviation Administration (FAA) contemplates issuing a Screening Information Request (SIR) for environmental services necessary to perform Remedial Actions (RA) and Long-Term Monitoring (LTM) of groundwater at 11 Areas of Concern (AOC) at the FAA Station in McGrath (MCG), Alaska.



The purpose of this pre-solicitation is to solicit statements of interest and capabilities from Small Business Administration (SBA) SEDB 8(a) certified business concerns capable of performing the type of work described in this notice.



The Contractor will provide all equipment, supplies, labor, transportation, and supervision necessary to perform the tasks described in the scope of work (SOW). The SOW includes, but is not limited to, the following:



• Utility locate services to identify all buried utility systems where subsurface work will take place.



• Three rounds of groundwater monitoring ( three (3) construction seasons are to be included in the contract PoP).




  • Decommissioning of 23 wells (12 will be re-installed)

  • Excavate soil that exceeds Method Two Migration to Groundwater Cleanup Levels and treat soil for backfill

  • Prepare and obtain approval of a Stormwater Pollution Prevention Plan (SWPPP) prior to breaking ground

  • Conduct Landfarm tilling (once a year), and Operations and Maintenance (O&M) of landfarm

  • Survey and restore excavation sites





Please Note: McGrath is accessible by aircraft and boat.



In order to better understand the market for this potential requirement, the FAA requests the following information from interested SEDB 8(a) certified vendors:



1. Name of Company (the resultant Prime contractor that may ultimately be awarded the subsequent contract)



2. Address



3. Point of Contact name, email address and telephone number



4. UEI Number



5. Relevant experience on similar projects within the last five years. Please provide specific contract numbers, contact names and email information to support claimed capabilities.



The System for Award Management (SAM) registration for interested Contractors must show that they are an active SBA certified 8(a) program participant or the interested Contractor must provide a copy of their SBA 8(a) certification letter in their response to this notice to be considered for inclusion in the future solicitation.



Please submit your capability statement and the above information to Sonia.o.holguin@faa.gov no later than February 1, 2024 at 1400 Central Time.



Failure to respond to this pre-solicitation may preclude a Contractor’s ability to receive a copy of the future solicitation. Limit complete responses to no more than five pages. Information will not be released; however, mark PROPRIETARY on all documents submitted, as applicable.


Attachments/Links
Contact Information
Contracting Office Address
  • AAQ-500, FAA SW REGIONAL OFFICE 10101 HILLWOOD PKWY
  • FORT WORTH , TX 76177
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 25, 2024 01:24 pm CSTPresolicitation (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 >