New Mexico Bids > Bid Detail

OPTIMIZED REMEDIATION CONTRACT, KIRTLAND AIR FORCE BASE, BERNALILLO COUNTY, NEW MEXICO

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159132529460916
Posted Date: Nov 30, 2022
Due Date: Dec 15, 2022
Solicitation No: W912PP23R0017
Source: https://sam.gov/opp/09e61efb7a...
Follow
OPTIMIZED REMEDIATION CONTRACT, KIRTLAND AIR FORCE BASE, BERNALILLO COUNTY, NEW MEXICO
Active
Contract Opportunity
Notice ID
W912PP23R0017
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SPD
Office
W075 ENDIST ALBUQUERQUE
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-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Nov 30, 2022 12:43 pm MST
  • Original Response Date: Dec 15, 2022 02:00 pm MST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: F999 - OTHER ENVIRONMENTAL SERVICES
  • NAICS Code:
    • 562910 - Remediation Services
  • Place of Performance:
    Kirtland AFB , NM 87117
    USA
Description

SOURCES SOUGHT for W912PP23R0017 - OPTIMIZED REMEDIATION CONTRACT, KIRTLAND AIR FORCE BASE, BERNALILLO COUNTY, NEW MEXICO





This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests.





The U.S. Army Corps of Engineers (USACE) – Albuquerque District has been tasked to solicit for and award an Optimized Remediation Contract (ORC) at Kirtland Air Force Base (AFB), New Mexico for environmental remediation activities. The proposed solicitation will be for a competitive, firm-fixed price service contract procured in accordance with FAR 15, Negotiated Procurement using a Best Value trade-off process. The results and analysis of this market research will finalize the procurement method and type of set-aside decision.





PURPOSE OF SOURCES SOUGHT





The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Woman-Owned Small Business (WOSB), Economically Disadvantaged Woman-Owned Small Business (EDWOSB) and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors.





PROJECT DESCRIPTION & EXPERIENCE REQUIREMENTS





The Government is seeking qualified, experienced sources capable of conducting environmental site restoration at Kirtland AFB, New Mexico. This work will be conducted under an ORC utilizing Performance Objectives. The Contractor shall undertake Environmental Remediation activities to achieve Performance Objectives at ten (10) Installation Restoration Program (IRP) sites and six (6) Military Munitions Response Program (MMRP) sites. The range of activities includes maintenance of established remedies, optimization at applicable sites, and achievement of site-specific Performance Objectives, including but not limited to Decision Documents, Response Complete, and Site Closeout.





Remediation activities at KAFB are being conducted pursuant to the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), as amended by the Superfund Amendments and Reauthorization Act (SARA), and Resource Conservation and Recovery Act (RCRA) requirements. Regulatory oversight is provided by the United States Environmental Protection Agency (USEPA) Region 6 and the New Mexico Environment Department (NMED) Hazardous Waste Bureau (HWB).





KAFB is not on the National Priorities List. The Installation is being administered under a RCRA Hazardous Waste Treatment Facility Operating Permit. The MMRP sites are regulated under CERCLA and reviewed by USEPA.







Estimated duration of the project is 120 months (10 years).





The minimum/special capabilities required for this project are:



--Prime Contractor experience with a wide range of Environmental Remediation Services at Department of Defense Installations.



--Prime Contractor experience with site investigation and remediation for Installation Restoration Program (IRP) sites and Military Munitions Response Program (MMRP) sites under the Defense Environmental Restoration Program (DERP).



--Prime Contractor experience with environmental investigation and site remediation under the RCRA process in the State of New Mexico as demonstrated by NMED approval of investigation plans or reports for RCRA Facility Investigation and Corrective Measures Study.



--Prime Contractor experience with environmental investigation and site remediation under the CERCLA process as demonstrated by Region 6 EPA concurrence on MMRP investigation plans or reports for Site Inspection, Remedial Investigation, and Feasibility Study.



--Prime Contractor experience completing site environmental remediation investigations and completion of Decision Documents/Records of Decision with NMED and USEPA concurrence.



--Prime Contractor experience demonstrates ability to reach remediation complete or no further action with NMED concurrence.



--Prime Contractor experience with environmental regulations to include CERCLA law, RCRA law, waste regulations, and New Mexico environmental regulations.



--Prime Contractor has local New Mexico on-site presence or an ability to establish a long-term office in the vicinity of Kirtland AFB for the duration of the project which is anticipated to be 10 years.





The North American Industry Classification System (NAICS) code for this procurement is 562910, Remediation Services and has a small business size standard of $22.0 Million.





Small Businesses are reminded under FAR 52.219-14 DEV, Limitations on Subcontracting that they must perform at least 50% of the cost of the contract, not including the cost of materials, with their own employees, or similarly situated entities for general construction-type procurement.





8(a) firms are reminded they need to have a bonafide office in the area to where the work is to be performed should the acquisition be set-aside for the 8(a) program.





Prior Government contract work is not required for submitting a response under this sources sought synopsis.





Anticipated solicitation issuance date for the solicitation is on or about 15 March 2023. The official synopsis citing the solicitation number will be issued on SAM.gov inviting firms to register electronically to receive a copy of the solicitation when it is issued.





***IMPORTANT***



All offerors must be registered with the Procurement Integrated Enterprise Environment (PIEE) website at https://piee.eb.mil/ in order to electronically submit offers for this solicitation once it has been issued. Email and hardcopy submissions will not be accepted.





INSTRUCTIONS ON SUBMISSION OF RESPONSES TO THIS SOURCES SOUGHT





Firm’s response to this Sources Sought shall be limited to 12 pages and shall include the following information:





1. Firm’s name, address, point of contact, phone number, e-mail address, CAGE, Unique Entity ID (UEI), and website (if applicable).





2. Firm’s Business Size – LB, SB, 8(a), HUBZone, SDVOSB, EWOSB,





3. Provide a list of at least three examples of same or similar work performed by your firm in the past 5 years of same or similar size, scope, magnitude and complexity.





a. Provide a brief description of the project, contract type, contract number, technical description, dollar value of the project, period of performance, customer name along with the current point of contact, telephone number and email, whether your firm worked as a prime or subcontractor, as part of a teaming partner, JV partner, or Mentor/Protégé program. If your firm was a subcontractor indicate your role in the project and the dollar value of the portion performed.





4. Firm’s experience with the minimum capabilities listed in this Sources Sought Notice to include regulatory concurrence or approvals. Regulatory correspondence will not be included in page count.





5. Do you intend to have partners represented in the response? This includes, but is not limited to, existing joint venture partners, potential teaming partners, prime contractor (if responder is potential subcontractor), or subcontractors (if responder is potential prime contractor). If yes, please describe the partner and the expected relationship with respect to this activity.





Interested Firm’s shall respond to this Sources Sought Synopsis no later than 15 December 2022, 2:00PM MST. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to Robert McPherren at robert.j.mcpherren@usace.army.mil.



Firms responding to this sources sought notice who fail to provide ALL of the required information requested will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought notice.





If inadequate responses are received, this solicitation may be issued for full and open competition.






Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 4101 JEFFERSON PLAZA NE
  • ALBUQUERQUE , NM 87109-3435
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 30, 2022 12:43 pm MSTSources 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 >