Federal Business Opportunities (FedBizOpps) Update - CLU-IN

Transcription

Federal Business Opportunities (FedBizOpps) Update - CLU-IN
Federal Business Opportunities (FedBizOpps) Update
Notices for March 16-22, 2015
This update contains summaries of procurement notices issued between March 16-22, 2015 that pertain to hazardous waste,
investigation and cleanup of environmental contamination, and related environmental topics. However, it does not necessarily contain
EVERY notice on these topics.
If you would like to search for additional current and archived notices, or receive notification of solicitation amendments, please visit the
FedBizOpps web site.
RADIOLOGICAL CHARACTERIZATION STUDY (SRCSGT)
SOL: NB195000-15-02122
DUE: 032615
POC: Teresa Harris, Contract Specialist, [email protected], 301-975-8029.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB195000-15-02122/listing.html
NAICS: 541620. In accordance with (IAW) FAR 15.201(c) (3) this is a SOURCES SOUGHT FOR MARKET RESEARCH. This notice is a
request for information to provide data for planning purposes only. Any responses received will not be used as a proposal. Respondents
will not be notified of the Sources Sought evaluation results, nor will questions be addressed by the Government. This is a sources
sought notice to determine the availability of Small Businesses (e.g., 8(a), Service-Disabled Veteran-Owned small business, HUBZone
small business, and Woman-Owned small business) that have the capability, experience and expert knowledge to provide a full
characterization survey of subsurface soil and groundwater, including the collection and analysis of environmental samples, for the
Building 245 Radiation Physics Facility. The NAICS code is 541620, with a size standard of $15.0 Million. Completed in 1964, Building
245 totals 208,000 gross sq. feet and was the first research facility built on the NIST Gaithersburg Campus. Purpose-built to
accommodate the nation's radiation physics research, this is a highly specialized facility with concrete shield walls nearly 10 feet thick
and large subterranean program areas located in basement and sub-basement levels. This unique constructed facility continues to
support radiation physics measurements and research and is highly valued for its physical characteristics. The agency is undertaking a
significant modernization construction program to expand the radiation physics research laboratory and renovate existing building
infrastructure. With nearly 55% of this facility below ground, a major task will include extensive excavation to the structure foundation
walls for waterproofing and construction of dewatering systems to control persistent groundwater intrusion into the basement structure.
The objective of the anticipated acquisition is to award a single firm-fixed-price contract to perform the radiological characterization
survey of soil and groundwater adjacent to structural foundations where there have been known research activities inside the building
that could produce radioactive activation products in the walls. The Agency seeks qualified, experienced environmental testing firms with
the specific specialized professional expertise to perform the requirements of the project. The scope of services to be performed at NIST
shall include all drilling services to obtain soil core samples, collection, initial field testing and packaging/transport for radiochemical
analysis, and contamination disposal fees (if applicable). Bores for samples will be drilled up to 50' below finished grade elevation. Initial
task is to determine level of radiological contamination of soil from test bores at each location. Additional survey will determine and define
the extent of radionuclide activation limits in surrounding in situ soil, if discovered at the facility site. The work shall entail an initial field
scoping investigation to determine the sampling pattern and location for baseline environmental samples in undisturbed soil. The
responsive firm shall be required to demonstrate their technical expertise, qualifications and capability to effectively perform the scope of
services described in the notice posted at FBO.gov. All respondents shall be evaluated during the selection process on the extent to
which their response has demonstrated experience, technical expertise and past performance. INTERESTED PARTIES SHALL SUBMIT
ELECTRONIC OR WRITTEN RESPONSE PACKAGES (25-PAGE LIMIT) BY OR BEFORE 10:00 AM ET, MARCH 26, 2015. Electronic
submissions are strongly encouraged.
CITE: https://www.fbo.gov/index?s=opportunity&mode=form&id=38f5f0539eda428e7a32afb2344afb19&tab=core&_cview=0
Posted: 03/16/15
SPONSOR: Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100
Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland 20899-1410
PUBLICATION DATE: March 18, 2015
ISSUE: FBO-4862
Z--AT FORT CARSON - SOURCES SOUGHT - SPILL RESPONSE (SRCSGT)
SOL: W911RZ-15-T-0054
DUE: 032715
POC: Gloria N. Garside, 719-526-2416, [email protected].
WEB: FBO.gov Permalink at https://www.fbo.gov/notices/2266a6e770f4386248f1823969e4b70c
NAICS: 562910. Fort Carson Directorate of Public Works (DPW) is seeking to identify the interest and ability of HubZone, 8(a),
Service-Disabled Veteran-Owned Small Businesses, and Small Businesses that have interest in providing spill response support services
to Fort Carson, Colorado. This is a sources sought notice only. This is not a request for proposals. All parties are advised that this project
may be revised or canceled at any time during the solicitation, selection, evaluation, negotiation, and final award. At this time we are
only in the planning phase and are soliciting input from industry. The NAICS code is 562910 but is subject to change. Fort Carson is
looking for a contractor to provide spill response support at Fort Carson, Colorado. Services include provision of on-site spill responses as
needed on a 365/24/7 basis. The response generally is to provide advice/guidance to Fort Carson for cleanup and handling of spilled
materials to ensure proper disposal. In some cases, the contractor will conduct the cleanup using the contractor's equipment and trained
personnel. Please see the SOW at
https://acquisition.army.mil/asfi/synopsis_attach_viewer.cfm?psolicitationnbr=W911RZ-15-T-0054&pseqnbr=517329&pnot_type=SRCSGT
for detailed information for this requirement. If you can provide this service, please reply with the following: (1) State any unique
characteristics of this requirements that might limit competition; (2) Your ability to provide all items requested; (3) Applicable past
performance in the work categories to include past experience manufacturing or delivering similar items; (4) NAICS codes; (5) Business
size, i.e. large, small, SDVOSB, 8(a), Hub-Zone; (6) Company information to include company name, physical address, phone number,
and email address. Submit this information to the Contracting Specialist at [email protected]. RESPONSES ARE DUE NLT
9:00 AM MOUNTAIN TIME, MARCH 27, 2015. The release date of any synopsis or solicitation (if one is to be done) is not known at this
time. The solicitation, if issued, will be made available on the FedBizOpps website. Interested offerors are responsible for monitoring this
site for the release of the solicitation package and any other pertinent information and for downloading their own copy of the solicitation
package. All contractors MUST be registered in the Systems for Award Management database or their proposal will not be considered.
Prospective offerors who would like their company name included on the Bidders Mailing List may do so on the FBO website under
"Interested Vendor's List." It is still the vendor's responsibility to check the website for any announcements. This Sources Sought
Synopsis is issued for maximizing competition. Should anything in the requirement be construed as limiting competition, please feel free
to contact the MICC Advocate for Competition at [email protected]. Include the subject of the acquisition, this announcement,
and the MICC POC information from this FedBizOpps notice. Finally, please provide the specific aspects that unreasonably restrict
competition and your rationale.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=2266a6e770f4386248f1823969e4b70c&tab=core&_cview=0
Posted: 03/17/15
SPONSOR: Department of the Army, Army Contracting Command, MICC - Fort Carson, Directorate of Contracting, 1676 Evans Street,
Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
PUBLICATION DATE: March 19, 2015
ISSUE: FBO-4863
C--A-E SVCS ENV INVESTIG, PERMIT APPL/RELATED STUDIES VAR NAVY/MARINE CORPS ACTIVITIES, PACIFIC BASIN/INDIAN OCEAN
(SRCSGT)
SOL: N6274215R1800
DUE: 033015
Federal Business Opportunities (FedBizOpps) Update
Notices for March 16-22, 2015
1 of 6
clu-in.org/newsletters
POC: Velma Wong, (808) 474-5720.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274215R1800/listing.html
NAICS: 541330. The purpose of this notice is to seek potential small business firms, to determine the feasibility of a small business
set-aside designation for this project. The small business size standard is $15 million under NAICS code 541330. The Government is
seeking submittals from small businesses, and IF THREE HIGHLY QUALIFIED SMALL BUSINESS FIRMS CANNOT BE IDENTIFIED, THEN
THIS PROCUREMENT ACTION WILL BE SOLICITED AS OPEN AND COMPETITIVE. All small business firms are encouraged to submit their
qualifications and experience, in detail, on the Information Summary Matrix to this synopsis, which will be used to evaluate responding
firms. The Naval Facilities Engineering Command Pacific, Pearl Harbor, Hawaii, plans to solicit for Architect/Engineering services at
various locations under the cognizance of the Command, and may include, but are not limited to, conducting environmental
investigations, permit applications and related studies of water, wastewater, storm water, solid waste, and pollution prevention, in
accordance with the following laws and applicable regulations: Clean Water Act; Safe Drinking Water Act; Toxic Substances Control Act;
RCRA; Clean Air Act; Oil Pollution Act of 1990; applicable Executive Orders; DoD, Navy/Marine Corps policies and instructions; industry
standards adopted by DoD; and applicable environmental governing standards in foreign countries. The required AE services include the
preparation of reports, permit applications, preliminary engineering designs, cost estimates, supporting documents for corrective
projects and monitoring actions. Projects will predominantly involve regulatory compliance, planning, designs, operation and
maintenance in any one or a combination of the following:1) potable water utility assessments; 2) potable water utility assessments; 3)
wastewater utility assessments; 4) potable water sanitary surveys; 5) sludge handling and disposal management; 6) storm water
investigations, permit and management, including low-impact development (LID) planning; 7) oily waste treatment, recycling, and
disposal; 8) spill prevention and response planning; 9) potable water utility system vulnerability assessments and emergency response
planning; 10) hydrogeological modeling; 11) air/ozone-depleting substances inventory, permit, modeling, and management plan; 12)
pollution prevention; 13) solid waste utility system assessment and management plans; 14) hazardous waste management; 15)
dredged material management plans, and 16) surveying and cadastral, including hydrographic surveying. A link to the Information
Summary Matrix form is posted in the notice at FBO.gov. RESPONSES ARE DUE BY OR BEFORE 4:00 PM HAWAII TIME, MARCH 30,
2015.
CITE: https://www.fbo.gov/index?s=opportunity&mode=form&id=51589088bed2fdc675aefef09394f2bb&tab=core&_cview=1
Posted: 03/14/15
SPONSOR: Department of the Navy, Naval Facilities Engineering Command, NAVFAC Pacific, Acquisition Department, 258 Makalapa
Drive, Suite 100, Pearl Harbor, HI 96860-3134
PUBLICATION DATE: March 16, 2015
ISSUE: FBO-4860
ARCHITECT AND ENGINEER FOR GEO-ENVIRONMENTAL AND GEOTECHNICAL SERVICES (SRCSGT)
SOL: W912BU-15-R-Geo-Environ_Geotech
DUE: 033115
POC: Schon M. Zwakman, [email protected], 215-656-3241.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-15-R-Geo-Environ_Geotech/listing.html
NAICS: 541330. This is a Sources Sought Notice and is for information purposes only. This is not a request for proposals, quotations, or
bids. No solicitation is currently available. A Market Survey is being conducted to determine if there are adequate small businesses for
the following proposed contract(s): One Indefinite Delivery Contract for Geo-Environmental and Geotechnical Architect and General
Engineering Services in support of the Philadelphia District. Although the maximum task order limit is estimated to be $150,000, it is
envisioned that most task orders will be less than $50,000. The primary work will be geo-environmental, geotechnical, and professional
services for investigation, design, and services during construction in support of the military, work for others, and civil work missions
assigned to the District. The use of approved innovative field screening technologies and methodologies is strongly encouraged. Award of
an indefinite-delivery type contract is anticipated in March 2016. Contract duration is a period of three years. The maximum task order is
not to exceed $150,000. The cumulative total of all task orders shall not exceed $3 million. The NAICS code for this project is 541330,
and the size standard is $15 million. Responses to this sources sought announcement will be used by the government to make
appropriate acquisition decisions. Contractors should submit a narrative demonstrating their experience in similar type contracts. This
will include an SF 330 Part II for the prime and any subcontractors. In addition the narrative should include size/classification of your
firm, details of similar projects, completion dates, references and contract amounts. Narratives shall be no longer than five pages.
RESPONSES SHOULD BE SUBMITTED VIA EMAIL ON OR BEFORE 4:30 PM ET, MARCH 31, 2015, to Schon Zwakman at
[email protected].
CITE: https://www.fbo.gov/index?s=opportunity&mode=form&id=412bd814b32be1b86abc602ccf19e368&tab=core&_cview=0
Posted: 03/16/15
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker
Bldg (RM 643), Philadelphia, Pennsylvania 19107-3390
PUBLICATION DATE: March 18, 2015
ISSUE: FBO-4862
ARCHITECT AND ENGINEER SERVICES FOR GEO-ENVIRONMENTAL AND GEOTECHNICAL SERVICES (SRCSGT)
SOL: W912BU-15-R-GEOENVIR
DUE: 033115
POC: Schon M. Zwakman, [email protected], 215-656-3241.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-15-R-GEOENVIR/listing.html
NAICS: 541330. A Market Survey is being conducted to determine if there are adequate small businesses for the following proposed
contract(s): Up to two indefinite-delivery contracts for Geo-Environmental and Geotechnical Architect and General Engineering Services
in support of the Philadelphia District. Although the maximum task order limit is estimated to be $1 million it is envisioned that most
task orders will be less than $300,000. The primary work will be geo-environmental, geotechnical and professional services for
investigation, design, and services during construction in support of the military, work for others, and civil work missions assigned to the
District. The use of approved innovative field screening technologies and methodologies is strongly encouraged. Award of
indefinite-delivery type contract(s) is anticipated in February 2016. Contract duration is a period of 5 years. The maximum task order is
not to exceed $1 million. The cumulative total of all task orders shall not exceed $5 million. The NAICS Code is 541330, and the size
standard is $15 million. Responses to this sources sought announcement will be used by the government to make appropriate acquisition
decisions. Contractors should submit a narrative demonstrating their experience in similar type contracts. This will include an SF 330
Part II for the prime and any subcontractors. In addition the narrative should include size/classification of your firm, details of similar
projects, completion dates, references, and contract amounts. Narratives shall be no longer than five pages. RESPONSES SHOULD BE
SUBMITTED VIA EMAIL ON OR BEFORE 4:30 PM ET, MARCH 31, 2015, to Schon Zwakman at [email protected].
CITE: https://www.fbo.gov/index?s=opportunity&mode=form&id=c191e2c44c98c3e88c9ad8447d0ef562&tab=core&_cview=0
Posted: 03/16/15
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker
Bldg (RM 643), Philadelphia, Pennsylvania 19107-3390
PUBLICATION DATE: March 18, 2015
ISSUE: FBO-4862
REQUEST FOR INFORMATION (SRCSGT)
SOL: RFIJ9CBIAF
DUE: 040115
POC: Rick Fry, [email protected], Hazard Prediction and Warning Program Manager, Chemical/Biological Information & Analysis Office
(J9CBI), Defense Threat Reduction Agency.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/ODA/DTRA/DTRA01/RFIJ9CBIAF/listing.html
NAICS: 541711. This Sources Sought notice is solely for the purpose of gathering information and does not constitute a solicitation. The
Defense Threat Reduction Agency (DTRA), Research and Development, Chemical and Biological Technologies, J9CB, is seeking
information from respondents who possess the capability to address modeling and simulation of contact hazard and long-term
environmental fate of agents on several operationally relevant substrates by enhancing existing models and/or through establishing new
approaches. The requirements will include: (1) Increased fidelity of the current DREAM V2 model (Droplet Reaction and Evaporation of
Agents Model) by development and demonstration of a complete set of models for characterizing chemical agent fate of both traditional
and non-traditional chemical warfare agents, including long term environmental response and evaporative/contact hazards in
operationally relevant conditions; (2) Incorporation of additional non-traditional agent (NTA) data into the Defense Technology Objective
(DTO) Environmental Fate of Agents database; (3) Completion of verification and validation of the DREAM V2 model for droplet contact
Federal Business Opportunities (FedBizOpps) Update
Notices for March 16-22, 2015
2 of 6
clu-in.org/newsletters
(DTO) Environmental Fate of Agents database; (3) Completion of verification and validation of the DREAM V2 model for droplet contact
angle and spread against experimental data for two high priority NTAs to demonstrate that the framework developed to model agent fate
of traditional agents will also work for non-traditional agents; and (4) Full integration of the DREAM V2 module into the Joint Effects
Model S&T Prototype/Hazard Prediction and Assessment Capability (JSTP/HPAC) and the Joint Effects Model (JEM), including developing
interfaces such that DREAM V2 is compliant with the Common CBRN Modeling Interface (CCMI). Respondents also shall include a
description of their ability to maintain labor categories possessing minimum SECRET-level security clearances available to support a
program of this nature. All submitted information shall be UNCLASSIFIED; do not submit any CLASSIFIED information in response to this
notice. Respondents shall address the information described above (and any additional information the respondent should deem
appropriate) via a Capabilities Statement (3-page limit) in Microsoft Word format and a Microsoft PowerPoint presentation (five-slide
limit). A rough order of magnitude cost estimate for the services outlined above over a three-year period also shall be provided. In
addition, respondents shall include their name, address, CAGE code, and DUNS. Respondents must provide the NAICS code that is most
appropriate for these services, state why it is most appropriate, abd submit company size standard under the suggested NAICS code.
RESPONSES SHALL BE SUBMITTED VIA EMAIL NO LATER THAN 2:00 PM ET, APRIL 1, 2015, to [email protected] with a cc: to
[email protected]. Hard copy submissions will not be accepted. DTRA is accepting questions regarding this notice but will not be
providing responses. The questions will be used to develop more information and receive input from industry regarding this system. The
notice is strictly a request for capability packages.
CITE: https://www.fbo.gov/index?s=opportunity&mode=form&id=8eb355690f92a114bad4709ec13ccf02&tab=core&_cview=0
Posted: 03/18/15
SPONSOR: Defense Threat Reduction Agency, DTRA Annex, 8725 John J. Kingman Road, MSC 6201, Fort Belvoir, Virginia 22060-6201
PUBLICATION DATE: March 20, 2015
ISSUE: FBO-4864
WELL DRILLING FOR THE PANTEX PLANT (SRCSGT)
SOL: PTX-WELLDRILLING
DUE: 040115
POC: Amber D. Bullard, Contract Specialist, [email protected], 806-477-6929.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DOE/BWXTP/PAN/PTX-WELLDRILLING/listing.html
NAICS: 562910. This posting is to solicit contractors who may be interested in receiving information regarding a Request for Proposal to
perform groundwater well activities, on an as-needed basis, for up to five years in support of the Pantex Long Term Stewardship (LTS)
program. The LTS program maintains responsibility for environmental soil and groundwater remediation systems at the Pantex Plant. The
two groundwater-bearing units below the Pantex Plant are the perched aquifer (~200 to 300 ft below ground surface) and the High
Plains (or Ogallala) Aquifer (~400 ft below ground surface). Groundwater well activities will vary based on LTS program needs, and
potentially include: (i) installation of injection, extraction, and monitor wells, (ii) plugging and abandonment (P&A) of injection,
extraction, and monitor wells, and (iii) repair or replacement of well pads (concrete pad, bollards, protective casing). The preferred
drilling method at Pantex is Air Rotary Casing Hammer (ARCH). The Contractor shall perform all drilling, installation, and abandonment
activities in accordance with State of Texas regulations. Key (primary) positions requiring licensing (well driller, geologist, and engineer)
must be staffed by persons holding valid licenses issued by the State of Texas. Also, a qualified field manager and an OSHA-competent
person shall be on site during all activities. BRIEF STATEMENTS OF INTEREST ARE DUE BY OR BEFORE 2:00 PM CT, APRIL 1, 2015.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=164514bf6b81f8c8c6fe6105b301e07a&tab=core&_cview=0
Posted: 03/17/15
SPONSOR: Department of Energy, B&W Pantex (DOE Contractor), PO Box 30020, Amarillo, Texas 79120
PUBLICATION DATE: March 19, 2015
ISSUE: FBO-4863
SPECIAL NOTICE: INDUSTRY DAY FOR ENVIRONMENTAL LABORATORY SERVICES (SNOTE)
SOL: N6247315N0815
DUE: 041015
POC: Jennifer De Vera, Contract Specialist, [email protected].
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DON/NAVFAC/N68711A6A/N6247315N0815/listing.html
NAICS: 541380. The Naval Facilities Engineering Command Southwest (NAVFAC SW), San Diego, California, will be conducting an
Industry Day for an upcoming requirement for Environmental Laboratory Services that will include, but is not limited to providing
sampling, testing, asbestos and lead facility inspections, and analytical and laboratory management. The work will be predominantly
located at various Naval and Marine Corps installations in the NAVFAC SW footprint: California (and the islands of San Clemente and San
Nicolas), Arizona, Utah, Colorado, New Mexico, and Nevada. Work can also be located in the NAVFAC Northwest footprint, which covers
six states: Washington, Oregon, Montana, Idaho, Wyoming, and Alaska; and the NAVFAC Pacific footprint. Please note: environmental
samples can be shipped from anywhere; therefore, laboratory testing of samples may be required from any location worldwide. The
NAICS code for this acquisition is 541380, Testing Laboratories. It is anticipated that the resultant contract term will be for a 12-month
base period and four one-year option periods, for a total maximum contract term of five years. The aggregate maximum dollar value of
this procurement, including the base year and four one-year options shall not exceed $40 Million. The purpose of the Industry Day is to
provide a brief overview of the upcoming requirement, as well as to obtain valuable feedback from industry. This Industry Day will also
serve as a part of the Navys market research to determine potential sources that are interested and capable of performing the work.
THE INDUSTRY DAY WILL BE HELD ON MONDAY, APRIL 20, 2015, in San Diego, California (92132) at 1220 Pacific Highway. Firms
interested in attending the Industry Day shall submit any questions and their attendance information [i.e., company name, attendee
name, title, email address, and phone number of each attendee] NO LATER THAN APRIL 10, 2015, via email to Jennifer De Vera at
[email protected]. The number of attendees is limited to two per firm due to space limitations. If there is sufficient demand,
the Government may conduct more than one Industry Day session. The exact time and location for the firm's attendance and instructions
to allow entry into the Government building will be confirmed via email response to the firm's request. Responses to questions will be
posted on FedBizOpps. No proposals will be accepted as a result of this announcement, nor will a contract be awarded as a result of this
announcement.
CITE: https://www.fbo.gov/index?s=opportunity&mode=form&id=8ebaf00baffb2bc42d7f4e3a4689abf4&tab=core&_cview=0
Posted: 03/19/15
SPONSOR: Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, Environmental Contract Core, Code
RAQE0, 1220 Pacific Highway, San Diego, CA
PUBLICATION DATE: March 21, 2015
ISSUE: FBO-4865
CATM HAZARDOUS WASTE DISPOSAL SERVICES (PRESOL)
SOL: FA2860-15-T-0004
POC: Archie Y. Warren, Contract Specialist, [email protected], 240-612-5680, Fax: 240-612-2176; Teresa A. Valentine,
Contract Specialist, [email protected], 240-612-5650, Fax: 240-612-2176.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USAF/AFDW/89CONS/FA2860-15-T-0004/listing.html
NAICS: 562112. The 11th Contracting Squadron intends to procure Hazardous Waste Disposal Services for the Combat Arms and
Training Maintenance (CATM) Facility assigned to the 11th Security Forces Group (SFG) located at Joint Base Andrews MD. The proposed
services will be solicited on a firm-fixed-price basis, in accordance with FAR 6.302-1(c). THIS REQUIREMENT IS A 100% SMALL
BUSINESS SET-ASIDE. The applicable NAICS code is 562112, with a small business size standard of $38.5 million. Award will be made to
the responsible offeror whose proposal constitutes the Lowest Price Technically Acceptable (LPTA). THE SOLICITATION AND
SPECIFICATIONS WILL BE POSTED ON OR AROUND MARCH 20, 2015, on the Federal Business Opportunities website. Paper copies will
not be available. Once the solicitation is posted, it is incumbent upon the interested parties to monitor this website frequently for any
updates/amendments to any and all documents. Any prospective contractor must be registered in the System for Award Management
(SAM), in order to be eligible for award. Information concerning SAM registration requirements may be viewed via the Internet at
http://www.sam.gov or by calling the Federal Service Desk at 1-866-606-8220. Questions concerning this acquisition should be emailed
to Archie Y. Warren, Contract Specialist, at [email protected].
CITE: https://www.fbo.gov/index?s=opportunity&mode=form&id=95c48159cc3e513cc9f1f93b06e6252e&tab=core&_cview=0
Posted: 03/19/15
SPONSOR: Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1349 Lutman Drive, Joint
Base Andrews , Maryland 20762-6500
PUBLICATION DATE: March 21, 2015
ISSUE: FBO-4865
Federal Business Opportunities (FedBizOpps) Update
Notices for March 16-22, 2015
3 of 6
clu-in.org/newsletters
ISSUE: FBO-4865
F--PHOENIX WASTE WATER ANALYSIS BASE PERIOD 05/01/2015-09/30/2015 WITH 4 OPTION YEARS (PRESOL)
SOL: VA25815Q0322
POC: Steven Jeffers (Contracting Specialist) 520-792-1450 ext. 4387 or [email protected].
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/VA/TuVAMC/VASAHCS/VA25815Q0322/listing.html
NAICS: 541620. The Department of Veteran Affairs, Southern Arizona VA Health Care System (SAVAHCS) in Tucson, Arizona, requires a
contract to provide waste water analysis services at the Phoenix VA Health Care System located at 650 E. Indian School Road, Phoenix
AZ. This will be a full service contract with option years to provide preventive maintenance and emergency support. THE VA
ANTICIPATES ISSUING A SOLICITATION FOR THIS REQUIREMENT ON OR ABOUT THE WEEK OF MARCH 26, 2015, with a closing date for
proposal 14 days later. The solicitation will be available for download fromhttps://www.fbo.gov. Interested contractors will be
responsible for downloading copies of the solicitation (and any subsequent amendments) from that website. No hard copies will be made
available. The solicitation will provide full information to contractors about the proposal submission process. Prospective offerors are
encouraged to register their interest in the solicitation on the FBO website so that they can be notified of the issuance of the solicitation
and any amendments. The NAICS code is 541620, with a small business size standard of $15 Million. THE SOLICITATION WILL BE
ISSUED AS A SERVICE-DISABLED SMALL BUSINESS SET-ASIDE. All responsible sources may submit proposals which shall be considered
by the Agency. It is anticipated that only one award will be made for the wastewater analysis services at PVAHCS.
CITE: https://www.fbo.gov/index?s=opportunity&mode=form&id=5fc5866f9588b3b161500ed2ab85a7d4&tab=core&_cview=0
Posted: 03/20/15
SPONSOR: Department of Veterans Affairs, VA Southern Arizona Health Care System, Contracting Section, 3601 S. 6th Avenue,
Tucson, AZ 85723
PUBLICATION DATE: March 22, 2015
ISSUE: FBO-4866
Y--(CON) 436 MILES CITY ASBESTOS ABATEMENT PROJECT [MILES CITY, MT] (PRESOL)
SOL: VA25915R0304
POC: Joseph Wingfield, Contractor, 303-372-7019, [email protected].
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25915R0304/listing.html
NAICS: 562910. This is a presoliciation notice -- A REQUEST FOR PROPOSAL WILL BE POSTED ON OR ABOUT MARCH 27, 2015. This
presolicitation replaces the presolicitation posted on February 24, 2015 for the same project. The Fort Harrison Veteran Affairs Medical
Center (VAMC) in Miles City, Montana has a requirement for consolidated asbestos and lead abatement. The work will include but is not
limited to abatement in their entirety of three buildings, 2, 3, and 5 of lead-based paint and asbestos, including construction material
testing and laboratory services. All buildings are currently unoccupied. Materials abated that are required to maintain structural integrity
and weatherproofing are required to be replaced in kind. Interior lead-based paint contaminated materials abated do not need to be
replaced. The NAICS code for this procurement is 562910 with a small business size standard of $20.5M. THIS PROJECT WILL BE 100%
SET-ASIDE FOR SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES. The POC for this project will be Joseph Wingfield,
Contractor. He can be contacted at 303-372-7019 or email at [email protected].
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=698966825caf5466d0a2205a5aa8325a&tab=core&_cview=0
Posted: 03/20/15
SPONSOR: Department of Veterans Affairs, VA Rocky Mountain Consolidated Contracting Center, NCO 19, 4100 E. Mississippi Avenue,
Suite 900, Glendale CO 80246
PUBLICATION DATE: March 22, 2015
ISSUE: FBO-4866
AUTHORIZED CENTRAL STORAGE CHEMICAL DISPOSAL AND DESTRUCTION FOR ALABAMA (PRESOL)
SOL: DEA_ACS_AL
POC: Amanda Vance, [email protected], 202-307-4042.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DOJ/DEA/OAM/DEA_ACS_AL/listing.html
NAICS: 562112. The Drug Enforcement Administration announces its intent to solicit proposals to provide Authorized Central Storage
Chemical Disposal and Destruction services for the state of Alabama. The applicable NAICS code will be 562112, Hazardous Waste
Collection. IT IS ANTICIPATED THAT THE SOLICITATION WILL BE A TOTAL SMALL BUSINESS SET-ASIDE in accordance with FAR Part
19.502-2. THE SOLICITATION WILL BE POSTED ON OR ABOUT APRIL 1, 2015, and will be available on the FedBizOpps website. Hard
copies of the RFP will not be available. No telephone or fax requests will be accepted. Potential Offerors are responsible for downloading
their own copies of the solicitation and any amendments. This solicitation does not commit the Government to pay any costs incurred in
the submission of proposals or to contract for this service. All proposals submitted in response to the solicitation shall be prepared in
accordance with the requirements set forth in the solicitation. Interested Offerors are reminded to carefully review the document and fill
in all appropriate information where required, including all representations and certifications. Your proposal must be received by the date
and time specified in Section L.6 of the solicitation in order to be considered. Any questions regarding this solicitation may be addressed
to Amanda Vance via email at [email protected].
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=1a755fa597573f2b8a9061cf5d66eb4a&tab=core&_cview=0
Posted: 03/17/15
SPONSOR: Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, Washington, DC 20537
PUBLICATION DATE: March 19, 2015
ISSUE: FBO-4863
AUTHORIZED CENTRAL STORAGE CHEMICAL DISPOSAL AND DESTRUCTION FOR IOWA (PRESOL)
SOL: DEA_ACS_IA
POC: Amanda Vance, [email protected], 202-307-4042.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DOJ/DEA/OAM/DEA_ACS_IA/listing.html
NAICS: 562112. The Drug Enforcement Administration announces its intent to solicit proposals to provide Authorized Central Storage
Chemical Disposal and Destruction services for the state of Iowa. The applicable NAICS code will be 562112, Hazardous Waste Collection.
It is anticipated that THE SOLICITATION WILL BE A TOTAL SMALL BUSINESS SET-ASIDE in accordance with FAR Part 19.502-2. THE
SOLICITATION WILL BE POSTED ON OR ABOUT APRIL 1, 2015, and will be available on the FedBizOpps (FBO) website. Hard copies of
the Request for Proposal (RFP) will not be available. No telephone or fax requests will be accepted. Potential Offerors are responsible for
downloading their own copies of the solicitation and any amendments. This solicitation does not commit the Government to pay any
costs incurred in the submission of proposals or to contract for this service. All proposals submitted in response to the solicitation shall
be prepared in accordance with the requirements set forth in the solicitation. Interested Offerors are reminded to carefully review the
document and fill in all appropriate information where required, including all representations and certifications. Your proposal must be
received by the date and time specified in Section L.6 of the solicitation in order to be considered. Any questions regarding this
solicitation may be addressed to Amanda Vance via email at [email protected].
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=b7484bcca98f47b6bd8bc19cdbb03b41&tab=core&_cview=0
Posted: 03/17/15
SPONSOR: Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, Washington, DC 20537
PUBLICATION DATE: March 19, 2015
ISSUE: FBO-4863
ENVIROMENTAL ASSESSMENT, REMEDIATION AND EMERGENCY RESPONSE SERVICES (PRESOL)
SOL: SPE600-15-R-5X02
POC: Amanda K. Brown, [email protected], 703-767-2928.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DLA/J3/DESC/SPE600-15-R-5X02/listing.html
NAICS: 562910. The Defense Logistics Agency-Energy ANTICIPATES ISSUING A REQUEST FOR PROPOSAL (RFP) IN EARLY APRIL 2015
for environmental services at DFSP Newington (Newington, NH) and DFSP Mitchell Field (Mitchell Field, ME) under a Fixed Price
Requirements contract. DLA-Energy will award separate contracts for each facility. The Contractor shall conduct Environmental
Assessment, Environmental Remediation, and Emergency Response at the facilities. The anticipated period of performance is November
1, 2015, through October 30, 2018. Award will be made using formal source selection procedures. THE PROCUREMENT IS ANTICIPATED
TO BE 100% SMALL BUSINESS (SB) SET-ASIDE. All potential offerors submitting bids, proposals or quotes on DoD solicitations must be
registered in the System for Award Management (SAM) prior to award of the contract. The purpose of this database is to provide basic
business information, capabilities, and financial information to the Government. The SAM website can be accessed at www.sam.gov.
Federal Business Opportunities (FedBizOpps) Update
Notices for March 16-22, 2015
4 of 6
clu-in.org/newsletters
business information, capabilities, and financial information to the Government. The SAM website can be accessed at www.sam.gov.
CITE: https://www.fbo.gov/index?s=opportunity&mode=form&id=dbdbd7235d143c7b6f7800f9804e39d1&tab=core&_cview=0
Posted: 03/17/15
SPONSOR: Defense Logistics Agency, DLA Acquisition Locations, 8725 John J. Kingman Road, Fort Belvoir, Virginia 22060-6222
PUBLICATION DATE: March 19, 2015
ISSUE: FBO-4863
CBRNE EXPERTISE AND TECHNICAL SUPPORT (PRESOL)
SOL: HSFE50-15-R-0018
POC: Christine A. Todd, [email protected], 540-542-5283.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DHS/FEMA/MWEAC/HSFE50-15-R-0018/listing.html
NAICS: 541990. This Request for Proposal is for Program Management Support (subject matter experts) for the FEMA's CBRNE Office
which contains two units, the Improvised Nuclear Device (IND) as well as the CBRNE Programs Unit. Place of Performance is Washington
DC and Contractor's location. THIS PROCUREMENT IS A 100% SMALL BUSINESS SET-ASIDE. The NAICS code for this procurement is
541990, with annual receipts of $15 million. This requirement is to acquire subject matter experts and technical support for the CBRNE
offices. The support is envisioned to be programmatic and technical in nature. Subject Matter experts will support readiness operations
and perform other support actions during exercises. The contractor will also perform analysis as tasked and participate in meetings. The
period of performance is for 3 years. The contract will have one one-year base with two one-year option years. Due to the nature of the
work, FEMA will award a fixed rate, indefinite-delivery, indefinite-quantity (IDIQ) contract, with task orders to be issued at a later date.
FEMA anticipates two IDIQ contracts will be awarded. THE SOLICITATION IS ANTICIPATED TO BE RELEASED ON OR ABOUT APRIL 3,
2015. The solicitation will be available to download via this website. Potential offerors are encouraged to check this site frequently for
updates.
CITE: https://www.fbo.gov/index?s=opportunity&mode=form&id=546e0f08c3d00f3f0c3814fd2f9ced45&tab=core&_cview=0
Posted: 03/19/15
SPONSOR: Department of Homeland Security, Federal Emergency Management Agency, National Continuity Branch, 19844 Blue Ridge
Mountain Road, State Route 601, Bluemont, Virginia 20135
PUBLICATION DATE: March 21, 2015
ISSUE: FBO-4865
SYNOPSIS OF THE BECSRC EASTERN EPA REGIONS 1-4 (PRESOL)
SOL: FA8903-15-R-0024
POC: John W. Beeman, [email protected], 210-395-8671; Richard H. Compton, Contracting Officer,
[email protected], 210-395-8674.
WEB: FBO.gov Permalink at https://www.fbo.gov/notices/9a89ac657e92275b6c5b302a64c359aa
NAICS: 562910. 1. This requirement is to provide a full range of responsive environmental remediation actions necessary to protect
human health and the environment. It includes rapid response and removal of environmental media contamination and site restoration
activities located on BRAC bases in EPA regions 1-4 (Eastern). The BRAC Environmental Construction and Services Requirements
Contract (BECSRC) has a 5-year ordering period with 24 additional months for performance completion. 2. The purpose of setting up
each BECSRC is to have a Pubic Key (PK) tool in place for "pop-up" requirements. Pop-ups are frequently occurring small, unplanned,
and out-of-cycle requirements that typically require a quick initial response from the Air Force. A Requirements Contract is the most
suitable contract vehicle because 1) owing to the nature of pop-ups, AFCEC cannot predetermine the precise quantities of services that
will be needed during the ordering/performance period and 2) requirements contracts are set up with only one contractor to provide
service (FAR 16.503), which agreeably shortens the acquisition timeline. AFCEC/CIB has been looking for a way to streamline acquisition
timelines to address time-sensitive requirements. A Requirements Contract very neatly provides a solution to these
issues/considerations. 3. When the solicitation is finally released, source selection will be conducted using a phased evaluation process,
which is sometimes referred to as a "down-select," as well as using Full Trade-off source selection criteria. Volumes I & II will be
required in "Phase 1" and Volumes III & IV in "Phase 2." In accordance with FAR 15.304(e), all evaluation factors other than Cost/Price,
when combined, are significantly more important than cost or price. To make the process more efficient, the CO is limiting the amount
of information that offerors must submit initially to minimize the amount of material interested offerors must prepare and the
government must evaluate to conduct this source selection. 4. IAW DoD SS procedures and FAR part 15 offerors will be promptly notified
in writing if their proposals are excluded from the competitive range or otherwise eliminated from the competition. Evaluation Notices
will be sent to all offerors within the competitive range instructing them to provide the Phase II volumes of their proposal(s). Volume III
is the required Pricing and Volume IV includes a Sample Task Order. Volume III instructions include a Unit Pricing Matrix and a Labor
Rates Matrix. The goal is to obtain unit pricing and pre-priced discrete deliverables to the maximum extent practicable in order to
streamline proposal preparation and proposal evaluations at the task order level. [NOTE: Under the General Information column, this
announcement states that this requirement is a TOTAL SMALL BUSINESS SET-ASIDE.]
CITE: https://www.fbo.gov/index?s=opportunity&mode=form&tab=core&id=9a89ac657e92275b6c5b302a64c359aa
Posted: 03/19/15
SPONSOR: Department of the Air Force, AFICA - CONUS.
PUBLICATION DATE: March 21, 2015
ISSUE: FBO-4865
F--BASIC ENVIRONMENTAL SUPPORT SERVICES III (BESS III) (PRESOL)
SOL: W56ZTN-15-R-0001
POC: Lori Nguyen, 443-861-4769, [email protected].
WEB: FBO.gov Permalink at https://www.fbo.gov/notices/6fc22e6c754c1e1cd7b37b8645170b51
NAICS: 541620. The Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Tenant Division intends to issue a solicitation for
COMPETITION LIMITED TO ELIGIBLE 8(A) CONCERNS for Basic Environmental Services Support in support of U.S. Army Garrison
Aberdeen Proving Ground, MD. This requirement was previously synopsized under a Presolicitation Notice that cited Solicitation Number
W56ZTN-14-R-0005. Potential offerors are advised that the information contained in this notice supersedes the information contained in
the Presolicitation Notice for Solicitation Number W56ZTN-14-R-0005. The Solicitation Number is now W56ZTN-15-R-0001. The
Government intends to award multiple indefinite-delivery, indefinite-quantity (ID/IQ) contracts in which firm-fixed-price task orders are
anticipated to be issued. The period of performance is three years (a one-year base with two one-year option periods). No response is
required for this synopsis. There is no solicitation available at this time. SOLICITATION RELEASE IS EXPECTED IN EARLY MAY 2015. All
Offerors must be registered as an 8(a) business under NAICS code 541620 with a size standard of $14.0 Million. The official release of
the Request for Proposal (RFP) will be posted on the Army Single Face to Industry (ASFI) website located at
https://acquisition.army.mil/asfi/. The on-line version of the RFP will include all documents of the solicitation package. No hard copy of
the RFP will be issued. Amendments, if any, will be posted at the same location as the solicitation. The complete solicitation package,
including amendments, should be received and reviewed prior to submitting a response. It is the responsibility of those responding to the
solicitation to obtain all amendments and/or applicable documents. The Government will not maintain a mailing list. Any communications
regarding this acquisition must be made in writing and forwarded via email to Lori L. Nguyen, Contract Specialist at
[email protected] or Sherry L. Compton, Contracting Officer at [email protected]. The offerors must be actively
registered in the System for Award Management (SAM) at www.sam.gov and registered with Dun & Bradstreet to obtain a Data Universal
Number System (DUNS number) or DUNS +4 number to be eligible for this acquisition.
CITE: https://www.fbo.gov/index?s=opportunity&mode=form&id=6fc22e6c754c1e1cd7b37b8645170b51&tab=core&_cview=0
Posted: 03/16/15
SPONSOR: Department of the Army, Army Contracting Command, ACC-APG-Tenant Contracting Div, 4118 Susquehanna Avenue,
Aberdeen Proving Ground, MD 21005-3013
PUBLICATION DATE: March 18, 2015
ISSUE: FBO-4862
R--SAFETY AND ENVIRONMENTAL ONSITE SUPPORT SERVICES (PRESOL)
SOL: NND15538677R
POC: Robbin Kessler, Contracting Officer, 661-276-3761, [email protected].
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND15538677R/listing.html
NAICS: 541690. NASA/AFRC plans to issue a Request for Proposal (RFP) for the following Commercial services: Safety and
Environmental Onsite Support Services. This procurement is a TOTAL SMALL BUSINESS SET-ASIDE FOR SERVICE-DISABLED
VETERAN-OWNED SMALL BUSINESS (SDVOSB). The NAICS code and Size Standard are 541690 and $15M, respectively. THE
Federal Business Opportunities (FedBizOpps) Update
Notices for March 16-22, 2015
5 of 6
clu-in.org/newsletters
VETERAN-OWNED SMALL BUSINESS (SDVOSB). The NAICS code and Size Standard are 541690 and $15M, respectively. THE
ANTICIPATED RELEASE DATE OF RFP NND15538677R IS ON OR ABOUT APRIL 6, 2015, with an anticipated proposal due date of on or
about May 14, 2015. All responsible sources may submit a proposal which shall be considered by the agency. NASA Clause 1852.215-84,
Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at
http://prod.nais.nasa.gov/pub/pub_library/Omb.html. The solicitation and any documents related to this procurement will be available
over the Internet. The Internet site for the NASA Business Opportunities page is http://procurement.na
sa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin= . PROSPECTIVE OFFERORS SHALL NOTIFY THIS OFFICE OF THEIR INTENT TO SUBMIT AN
OFFER. It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential
offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). All contractual and technical
questions must be submitted in writing (via email) to Robbin Kessler at [email protected] no later than April 1, 2015.
Telephone questions will not be accepted.
CITE: https://www.fbo.gov/index?s=opportunity&mode=form&id=f26d075a7f2b875614857b7b104eb553&tab=core&_cview=0
Posted: 03/20/15
SPONSOR: National Aeronautics and Space Administration, Armstrong Flight Research Center, Office of Procurement, NASA/Armstrong
Flight Research Center, Code A, P.O. Box 273, Edwards, CA93523-0273
PUBLICATION DATE: March 22, 2015
ISSUE: FBO-4866
Federal Business Opportunities (FedBizOpps) Update
Notices for March 16-22, 2015
6 of 6
clu-in.org/newsletters