F--NOTICE OF INTENT to AWARD SOLE SOURCE for FWS Crab Orchard National Wildlife Re
ID: DOIFFBO240161Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, USA

NAICS

Administration of Air and Water Resource and Solid Waste Management Programs (924110)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)
Timeline
    Description

    Special Notice: INTERIOR, DEPARTMENT OF THE, US FISH AND WILDLIFE SERVICE intends to award a sole source contract to Illinois Environmental Protection Agency (EPA) for environmental cleanup support at FWS Crab Orchard National Wildlife Refuge. The service being procured is for administration of air and water resource and solid waste management programs. This notice of intent is not a request for competitive quotes. Interested parties may submit a statement of capabilities if they believe they can meet the requirement. The statement of capabilities must provide clear and convincing evidence that competition would be advantageous to the Government. Capability statements should be submitted via email to jeremy_riva@fws.gov. No telephone requests/offers will be accepted.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    J--IL CRAB ORCHARD NWR HVAC SERVICE BPA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking proposals from small businesses for a Blanket Purchase Agreement (BPA) to provide HVAC services at the Crab Orchard National Wildlife Refuge in Illinois. The BPA will cover a five-year period, from November 11, 2024, to November 10, 2029, and includes routine maintenance, repair, and diagnostics for HVAC systems at the Headquarters and Visitor Center, with mandatory biannual service visits to ensure operational efficiency and compliance with manufacturer standards. Interested contractors must conduct a mandatory site visit to assess the HVAC conditions before submitting their proposals, which are due electronically by November 1, 2024. The BPA has a maximum limit of $250,000, and proposals will be evaluated based on technical capability and past performance, with compliance to federal regulations being a critical factor. For further inquiries, potential bidders can contact Jeremy Riva at jeremyriva@fws.gov or by phone at 303-236-4327.
    F--LSJ for ORCR Bridge Mission Support
    Active
    Environmental Protection Agency
    Special Notice: Environmental Protection Agency (EPA) is seeking limited source justification for the Office of Resource Conservation and Recovery (ORCR) Mission Support Bridge BPA. This procurement is for the expired Contract EP-W-10-055/ERG. The service being procured is environmental consulting services, specifically for the ORCR Bridge Mission Support. These services are typically used to provide expertise and support in resource conservation and recovery efforts. For more information, please contact Marneice Bivins at Bivins.Marneice@epa.gov or 202-564-4513.
    F--LSJ for ORCR Bridge Mission Support
    Active
    Environmental Protection Agency
    Special Notice: Environmental Protection Agency (EPA) is seeking limited source justification for the ORCR Bridge Mission Support. This procurement is for the continuation of services previously provided under the expired Contract EP-W-10-056/ERG. The service being procured is the Office of Resource Conservation and Recovery (ORCR) Mission Support Bridge BPA. The ORCR Mission Support Bridge BPA is typically used to provide support and assistance to the ORCR in their mission to conserve and recover resources. The specific details of the service, such as locations, quantities, fulfillment requirements, sizes, etc., are not provided in the document. For more information, please contact Marneice Bivins at Bivins.Marneice@epa.gov or 202-564-4513.
    F--LSJ for ORCR Bridge Mission Support BPA
    Active
    Environmental Protection Agency
    Special Notice: ENVIRONMENTAL PROTECTION AGENCY is seeking Environmental Consulting Services for the Office of Resource Conservation and Recovery (ORCR) Mission Support Bridge BPA. This service is typically used to provide mission support for the ORCR in areas such as environmental consulting and other environmental services. The previous contract for this service, Contract EP-W-10-054/ABT, has expired. For more information, please contact Bivins, Marneice at Bivins.Marneice@epa.gov or 202-564-4513.
    REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT – Collection, Transportation, and Disposal of Hazardous Waste, Non-Regulated Hazardous Waste, Special Wastes, Chemical Refuse and Recycling of Universal Waste items
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking potential sources for a Firm Fixed/Indefinite-Delivery/Indefinite-Quantity contract for the collection, transportation, and disposal of hazardous waste, non-regulated hazardous waste, special wastes, chemical refuse, and recycling of universal waste items generated at the Crane facility in Indiana. The contractor will be responsible for ensuring compliance with federal, state, and local environmental regulations while providing necessary labor, management, and equipment for waste handling, including the development of standard operating procedures and adherence to safety protocols. This procurement is critical for maintaining environmental safety and operational compliance, with an anticipated contract term of five years and an estimated total of 3,750 tons of waste to be managed over this period. Interested parties must submit their capability statements to Matthew Sward at matthew.r.sward2.civ@us.navy.mil by 4 PM EDT on October 29, 2024, as part of the market research process, which will inform the acquisition strategy for a future solicitation expected to be issued around February 12, 2025.
    Notice of Intent to Sole Source - Remedial Investigation at Chanute AFB
    Active
    Dept Of Defense
    The Department of Defense, through the US Army Corps of Engineers-Louisville District, intends to award a sole source contract to Alliant Corporation for a Time-Critical Removal Action (TCRA) addressing per- and polyfluoroalkyl substances (PFAS) at the former Chanute Air Force Base in Champaign, Illinois. This procurement is being conducted under the authority of FAR 16.505(b)(2)(i)(A) and is not open for competitive quotes or proposals; however, interested parties may submit capability statements to demonstrate their qualifications. The work is critical for environmental remediation efforts, particularly in managing hazardous substances that pose risks to public health and the environment. Responses must be submitted within 15 days from the posting date, and inquiries can be directed to Alexa Dukes at alxa.l.dukes@usace.army.mil.
    F--Wichita Mtn. NWR Site Inspection AML
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking a qualified contractor to conduct site inspections of abandoned mine lands at the Wichita Mountains National Wildlife Refuge in Oklahoma, under Request for Quotation RFQ 140F1B24Q0042. The primary objective is to assess potential hazardous substance releases from ten identified sites, evaluate risks to human health and the environment, and collect samples for laboratory analysis. This initiative is crucial for ensuring environmental safety and compliance with federal guidelines, particularly in addressing contamination from historical mining operations. Quotations are due by October 18, 2024, and interested contractors must register as active vendors on the System for Award Management (SAM). For further inquiries, contact Adam Graham at adamgraham@fws.gov or call 762-325-0609.
    Cultural Overviews and Cultural Resource: OR, NV
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract focused on cultural resource investigations and reporting across Oregon, Washington, Idaho, California, and Nevada. The objective of this procurement is to ensure compliance with the National Historic Preservation Act (NHPA) through thorough investigations, including background research, pedestrian surveys, and site documentation, while coordinating with State Historic Preservation Officers (SHPO). This contract, which spans from November 1, 2024, to October 31, 2027, has a minimum guarantee of $1,000 and a maximum cap of $499,985.73, with proposals due by October 25, 2024. Interested contractors must be registered in the System for Award Management (SAM) and can direct inquiries to Lauretha Randle at LaurethaRandle@fws.gov or by phone at 612-713-5217.
    F--Firing Range Maintenance in DC Area
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified contractors for the maintenance of the United States Park Police Indoor Firing Range located in the Washington, DC area. The procurement involves a non-personnel services contract that includes comprehensive range cleaning, hazardous waste disposal, and compliance with federal and local regulations, with a focus on the removal of lead particles and the maintenance of associated equipment. This contract is crucial for ensuring safety and environmental standards in law enforcement operations and spans one base year with four optional years, emphasizing scheduled cleaning protocols and regular inspections. Interested parties should contact Michelle Shoshone at michelleshoshone@nps.gov or call 202-578-9322 to express their capabilities and provide necessary information, including their business status and SAM.gov UEI number, as this is a Sources Sought Notice for planning purposes only.
    Natural Resources Investigation Sources Sought
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Memphis District, is conducting a Sources Sought announcement to identify potential contractors for Natural Resource Investigations in the Mississippi River Basin. The primary objective is to perform ecological assessments and ensure environmental integrity for federally-owned projects and areas proposed for federal development, which includes tasks such as species surveys, habitat assessments, and the preparation of Environmental Impact Statements in compliance with federal and state regulations. This initiative is crucial for the effective management of natural resources while adhering to environmental laws, particularly concerning endangered species, and emphasizes safety and public transparency in reporting findings. Interested firms must respond by 10:00 AM CST on November 15, 2024, and should be registered in SAM; inquiries can be directed to Kirk Middleton at kirk.a.middleton@usace.army.mil or Tijuana Harris at Tijuana.M.Harris@usace.army.mil.