Alaska Bids > Bid Detail

Whittier, ALASKA Environmental Remediation Services

Agency:
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159073493493983
Posted Date: Oct 5, 2023
Due Date: Nov 2, 2023
Source: https://sam.gov/opp/50265f0536...
Follow
Whittier, ALASKA Environmental Remediation Services
Active
Contract Opportunity
Notice ID
SPE603-24-R-5X01
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY
Major Command
DLA ENERGY
Office
DLA ENERGY
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 01:53 pm EDT
  • Original Response Date: Nov 02, 2023 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 02, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: F112 - ENVIRONMENTAL SYSTEMS PROTECTION- OIL SPILL RESPONSE
  • NAICS Code:
    • 562910 - Remediation Services
  • Place of Performance:
    Whittier , AK 99693
    USA
Description

This is a Sources Sought notice only. This notice from the Defense Logistics Agency (DLA) Energy, DLA Energy - FESDA, is seeking small businesses that can provide environmental assessment and long-term management, operations of in-place remediation systems, and emergency response services for DLA at the former DFSP Whittier, AK. Services include long-term monitoring and operation and maintenance (O&M) of remediation systems, public meetings, and other related environmental remediation activities and requirements in accordance with the State of Alaska and local regulations and requirements. Except as otherwise noted, the Service Provider shall employ best commercial practices and guidelines in accordance with all applicable federal, state and local regulations to meet the requirements. No solicitation is being issued at this time. For reference purposes, this notice is numbered SPE603-24-R-5X01. The amount of information available at this time is limited. This Sources Sought Notice is issued solely for informational planning purposes and market research in accordance with Federal Acquisition Regulation (FAR) Part 10 and shall not be construed as a solicitation or obligation on the part of DLA Energy. DLA Energy is not seeking proposals at this time and will not accept unsolicited proposals. The solicitation for this requirement will be posted on SAM.gov under a different notice number. Specific requirements will be listed in the Performance Work Statement (PWS) which will be available on SAM.gov with the solicitation at a future date.





The government will award one firm fixed price contract under a future solicitation at the location of the former DFSP Whittier, AK. The proposed solicitation is being considered as a set-aside under the small business set-aside program. The North American Industry Classification System (NAICS) Code is 562910 and the size standard is 1,000 employees. DLA Energy will consider responses from the following small business categories: Small Business, Small Disadvantaged Businesses, 8(a) Businesses, Historically Underutilized Business Zone (HUBZone) Businesses, Service Disabled Veteran-Owned Small Businesses (SDVOSBs), and Women-Owned Small Business concerns.





Responses to the sources sought notice are limited to 5 pages. The Government will use this information, in



addition to other information obtained, to determine whether sufficient competition exists to set aside all or part of this procurement for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), HUBZone Businesses, 8(a) Businesses, Women-Owned Small Businesses, or Small Businesses. Any information provided to the Government as a result of this notice is voluntary. The Government will not pay for any information submitted in response to this notice. All costs associated with responding to this Sources Sought Notice will be solely at the expense of the respondents. Additionally, all submissions become Government property and will not be returned. No basis for a claim against the Government shall arise as a result of a response to this Sources Sought Notice.







Responses to this notice are due by 4:00 PM local Ft Belvoir time on November 2, 2023.



Only responses submitted via E-Mail will be considered.



Please email submissions to Mark Laskoski and Sonja Rocks at mark.laskoski@dla.mil and sonja.rocks@dla.mil.





Interested companies should address the following in their response:



1. Provide a company profile to include number of employees, annual revenue history for the last 3 years, office



location(s), DUNS/CAGE Code number, and a statement regarding current business status. Note that DLA Energy contractors must be registered in the System for Award Management (SAM) (SAM.gov) and Procurement Integrated Enterprise Environment (PIEE)/Wide Area Workflow (WAWF).





2. Capability of qualified and experienced personnel, with appropriate clearances, if required.





3. Past Performance: Indicate if your company has functioned as a prime contractor or subcontractor on services contracts for similar environmental remediation services. Provide the following: Contract Number, name of Government Agency or Commercial Entity, Period of Performance, Dollar Value, Type of Contract (Fixed Price, Cost Reimbursement, etc.), and an explanation of services provided as they relate to environmental remediation services, remediation recovery systems, emergency response, and environmental compliance. If your company acted as subcontractor or joint venture, identify the prime contractor or other party, the specific work performed, and percentage of work on overall contract performed. Address past performance problems, and resolution taken.





4. Does your company anticipate any type of teaming arrangement for this requirement? If yes, address what kind of arrangement, what percentage of work, and type(s) of services your company would perform.





5. Does your company have experience with Service Contract Act of 1965 covered contracts? Does your company have experience with Collective Bargaining Agreements (CBAs)? Explain any experience your company has had with labor unions.





6. Does your company have the financial capability and financial stability, and/or adequate lines of credit to support a four-year multiyear contract with a possible 6-month extension? Does your company have an approved accounting system in place to adequately track expenditures? If yes, elaborate.





7. What realistic phase-in period would your company require to commence performance with personnel, equipment, and materials?


Attachments/Links
Contact Information
Contracting Office Address
  • BULK PETROLEUM SERVICES 8725 JOHN J. KINGMAN ROAD
  • FORT BELVOIR , VA 22060
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Oct 05, 2023 01:53 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 >