Washington Bids > Bid Detail

A-E Services for Hazardous, Toxic and Radioactive Waste

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159929276384642
Posted Date: Jan 26, 2024
Due Date: Feb 8, 2024
Source: https://sam.gov/opp/b0586cf759...
Follow
A-E Services for Hazardous, Toxic and Radioactive Waste
Active
Contract Opportunity
Notice ID
W912DW24SS0Z6V
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
W071 ENDIST SEATTLE
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: Sources Sought (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Jan 26, 2024 12:38 pm PST
  • Original Response Date: Feb 08, 2024 01:00 pm PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 23, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Seattle , WA
    USA
Description

Sources Sought Synopsis for Architect-Engineering (AE) Services for Hazardous, Toxic, Radioactive Waste (HTRW) support, Seattle District (NWS), U.S. Army Corps of Engineers (USACE)





1. SYNOPSIS:



a. This is a Sources Sought Synopsis announcement for information only, to be used for market research and preliminary planning purposes. No proposals are being requested or accepted with this synopsis. This is not a solicitation or a request for proposal (RFP) and no contract shall be awarded from this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.



b. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of interested AE firms who are able to demonstrate their capabilities in meeting the project description listed below, and to address any questions, recommendations, or concerns from Industry. Responses to this Sources Sought Synopsis will be used by the Government to make appropriate acquisition planning decisions. The proposed work will be performed under the following North American Industry Classification (NAICS) codes: 541330 for Engineering Services. The associated small business size standard is $25.5M in average annual receipts. For more information concerning NAICS and SBA size standards, go to https://www.sba.gov.



c. The USACE NWS anticipates soliciting and awarding an Indefinite Delivery Indefinite Quantity (IDIQ) under Public Law (PL) 107-217, currently titled AE Statute (formally the Brooks Act) and Federal Acquisition Regulations (FAR) Part 36.6 procurement procedures. Both large and small business AE firms are encouraged to respond to this Sources Sought announcement.



d. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work.



e. The anticipated IDIQ will consist of a seven (7) year period. The total capacity is anticipated to be $49,000,000 for the life of the contract.



f. Description of AE Services: The anticipated AE IDIQ is for Hazardous, Toxic, Radioactive Waste (HTRW) related services required for Military, IIS, Civil Works, and operating project sites primarily within NWS area of responsibility but may be used to support work by other Districts within the Northwestern Division or other locations.



The IDIQ AE services work will include task orders for AE design services relating to multi-disciplinary engineering and design work. Firms must have, either in-house or through consultants, the following professionally registered disciplines, to support the required services as indicated above: (1) Project Managers; (2) Environmental Engineers; (3) Chemists; (4) Geologists; (5) Environmental Scientists; (6) Risk Assessors; (7) Industrial Hygienists.



AE services under the result of this acquisition will be issued as task orders when requirements are needed to be procured and may be required for one or more project phases. These may not be part of a complete facility design, such as Military Construction (MILCON) projects, and may occur at any phase of project execution. Each requirement scopes may include support for regulatory compliance, environmental studies, investigations, feasibility evaluations, and hazardous material surveys for federal facilities or potentially responsible party facilities, such as Environmental Protection Agency (EPA), Region 10 is a primary stakeholder. Miscellaneous environmental engineering and design projects using current Army, Air Force, Corps of Engineers, and other agency standards, plans, specifications, design analyses, and cost services estimates are required for a variety of projects. Requirements may involve preparation of RFPs, construction bid documents, and AE support during execution of contracted remedial actions for the cleanup and restoration of contaminated sites.



AE services may also include preparation of engineering studies, evaluations, design concepts, drawings, and specifications for remedial action design (Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA)) and corrective action measure design; remedial action/corrective measure designs may involve the remediation of surface water, groundwater, soil, and marine and freshwater sediment; development of remediation alternatives for HTRW cleanups, including preliminary and or final costs for removal, transport, treatment, and disposal of HTRW support; management plans; compliance monitoring; pollution prevention and waste minimization studies and plans; environmental and cultural resource investigations and reports; investigations, sampling, analysis, reporting, plume mapping, and general expertise and guidance in relation to sites contaminated with per-and polyfluoroalkyl substances; and other HTRW related work. Work products include work plans; planning documentation deliverables (Sampling and Analysis Plan (SAP), Field Sampling Plan (FSP) and Quality Assurance Project Plan (QAPP) or similar planning documentation); analytical testing; investigations and field studies (both on and offsite work).



II. REQUIREMENT:



a. Responses to this Sources Sought shall be limited to 3-pages and shall include the following information.




  1. Interested Firm’s name, address, point of contact, phone number, and email address.

  2. Interested Firm’s business classification (i.e., small business, small-disadvantaged business, woman-owned small business, historically underutilized business zone, 8(a) program, or other than small business)

  3. A brief description of the interested firm's capability to perform a requirement of similar magnitude and complexity to the work described above. Brief description shall demonstrate the interested firm’s ability to provide a team of qualified and experienced A-E personnel to perform the work; manage disciplines; as well as capacity to execute multiple task orders simultaneously. Identifying any previous or current IDIQ contracts involving similar work/magnitude is encouraged.

  4. Demonstrated experience on previous projects of similar scope and complexity. Project experience description should include contract number and/or project title, location, completion date, and general description of the A-E Services to demonstrate relevance to HTRW projects. Experience on military installations and/or operating sites in the Pacific Northwest region is preferred. Description should also include the interested firms' role in the project, and dollar value of contract. Include a quantifiable amount (percentage) of the project your company contributed to the overall scope of work. Provide at least three (3) but no more than five (5) examples. Experience as the Prime Firm is preferred.



*Please note that a small business firm may submit a capability statement that includes the expertise of large/small business partner companies under a teaming arrangement. If a teaming arrangement is contemplated, then the response to this sources sought must clearly discuss the tasks that the businesses intend to perform and the specific areas. Refer to teaming arrangement requirements pursuant to the FAR clause at 52.219-14, entitled “Limitations on Subcontracting.”



b. Offerors shall NOT submit an SF330 in response to this Sources Sought announcement.



c. Submission of interest is not a prerequisite to any potential future offerings, but vendor responses will assist NWS in identifying sources with required capabilities. If a solicitation is released, it will be synopsized on SAM.gov ONLY.



d. Interested offerors shall respond to this Sources Sought no later than 1:00 PM, Pacific Standard Time, on Feb 8, 2024. Email responses to Russ Armstrong (russell.j.armstrong@usace.army.mil).



e. Points of Contact: Contracting Division, Russ Armstrong (russell.j.armstrong@usace.army.mil). Small Business Programs POC: Enshane’ Nomoto (enshane.nomoto@usace.army.mil).










Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 4735 EAST MARGINAL WAY SOUTH
  • SEATTLE , WA 98134-2329
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 26, 2024 12:38 pm PSTSources 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 >