Alaska Bids > Bid Detail

Johnstone Point Long Term Monitoring, Remedial Investigation, And Remedial Action

Agency:
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159596331776716
Posted Date: Jan 8, 2024
Due Date: Jan 18, 2024
Source: https://sam.gov/opp/edc40dd560...
Follow
Johnstone Point Long Term Monitoring, Remedial Investigation, And Remedial Action
Active
Contract Opportunity
Notice ID
WS-24-00370
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 08, 2024 10:15 am CST
  • Original Response Date: Jan 18, 2024 12:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 02, 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:
    • 238910 - Site Preparation Contractors
  • Place of Performance:
    AK
    USA
Description

The Federal Aviation Administration (FAA) contemplates issuing a Screening Information Request (SIR) for environmental services necessary to perform a remedial action, soil sampling, long-term monitoring and demolition at Johnstone Point, 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 shall provide all equipment, supplies, labor, transportation and supervision required to complete the work in accordance with all specifications, drawings and terms of the contract. The scope of work includes, but is not limited to, the following:



• Perform groundwater and soil sampling.



• Perform remediation, transport and disposal of petroleum and lead contaminated soil.



• Perform long-term monitoring (LTM) of groundwater monitoring wells and replace/install monitoring wells.



Please Note: Johnstone Point is not connected to the state’s road system and is accessible either by boat or plane.



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 January 18, 2024 at 1200 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 08, 2024 10:15 am 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 >