611th Civil Engineer Squadron Fence to Fence
ID: W911KB24R0019Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SN ENDIST ALASKAANCHORAGE, AK, 99506-0898, USA

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)
Timeline
  1. 1
    Posted Oct 5, 2023 7:46 PM
  2. 2
    Updated Oct 5, 2023 7:46 PM
  3. 3
    Due Not available
Description

Sources Sought DEPT OF DEFENSE DEPT OF THE ARMY is seeking environmental compliance support for Air Force and Air Force Civil Engineer Center mission requirements at various locations in Alaska, Hawaii, and Wake Island. The selected contractor will provide services such as air quality management, hazardous material and waste management, wastewater and stormwater management, storage tank management, and environmental monitoring. The contractor must have sufficient staff and capability to support these requirements on remote sites and be available full-time at Wake Island Airfield and Eareckson Air Station. Interested firms should submit a capabilities package by November 5, 2023, demonstrating their ability to perform the work. Registration in the System for Award Management (SAM) is required.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Sources Sought - Iwakuni 3
Active
Dept Of Defense
The U.S. Marine Corps Air Station in Iwakuni, Japan seeks market information from businesses capable of providing base operating support services. The primary focus is on environmental services, including custodial, pest control, and grounds maintenance. This is a sources sought notice for market research purposes only; it does not constitute a solicitation or official call for proposals. The selected contractor will be responsible for providing all necessary labor, management, and equipment to deliver these services across various facilities at the air base. The contract is expected to run for a base period of one year, with seven additional 12-month option periods and one six-month extension option. The work required includes the following: - Environmental services, studies, and analytical support - General information and management administration Interested parties should submit a Statement of Capability (SOC) to the contact emails provided in the notice. The SOC should include basic company information, SAM and CAGE code registration details, and up to five project references demonstrating relevant experience. The deadline for submissions is 09 August 2024 at 2:00 p.m. JST. It is anticipated that the contract will be awarded on a firm-fixed price, indefinite delivery and quantity basis. The total estimated contract value is around $4 million. All submissions become U.S. government property and will not be returned. Companies are advised that proprietary information will be protected. For more details, interested parties should contact Kristopher Bryant or Ross Yamato via email.
Environmental Testing Services Contract at Various U.S. Navy, Marine Corps, Army and Air Bases and Facilities throughout NAVFAC Far East Area of Responsibility
Active
Dept Of Defense
Presolicitation DEPT OF DEFENSE is seeking Environmental Testing Services Contract at Various U.S. Navy, Marine Corps, Army and Air Bases and Facilities throughout NAVFAC Far East Area of Responsibility. This contract is for recurring and non-recurring work items and will be a single award Indefinite Delivery/Indefinite Quantity type performance-based service contract. The work will be located in NAVFAC FAR EAST Area of Responsibility, including various bases and facilities in Japan, Okinawa, Korea, and Singapore. The tentative date for issuing a Request for Proposal is in or approximately August 2024. Interested offerors can view and download the solicitation from the Government Point of Entry (GPE) website. All offerors must be registered and have an active status in the System for Award Management (SAM) database at the time of submitting an offer. Compliance with NIST SP 800-171 is required. This notice is not a commitment by the Government for any purpose.
Environmental Services MATOC
Active
Dept Of Defense
Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking contractors to provide environmental sampling, assessment, and analytical services under an Environmental Services Multiple Award Task Order Contract (MATOC) for projects within the Great Lakes and Ohio River Division. The contract is valued at $25 million and will include seven firm-fixed price indefinite delivery, indefinite quantity (IDIQ) contracts. The services required include sampling and analysis of various environmental sample types, such as soils, sediments, waters, and tissues, to determine pollutant concentrations. Other requested services may include environmental site assessments, pilot studies, remedial investigations, wetland delineations, and archeological or biological surveys. The work will involve collecting samples, performing laboratory testing, analyzing data, and preparing technical reports. The NAICS code for this work is 541620 Environmental Consulting Services, with a small business size standard of $19 million in average annual receipts. The Government intends to issue a Request for Proposal (RFP) as a 100% set-aside for small businesses and award seven Firm-Fixed Price IDIQ contracts. The solicitation is anticipated to be issued in May/June 2024. Interested contractors must be registered on both SAM.gov and the Procurement Integrated Enterprise Environment (PIEE) system for electronic submission.
Oil Water Separators & Grease Traps Maintenance
Active
Dept Of Defense
The U.S. Air Force's 1st Special Operations Contracting Squadron seeks maintenance services for oil water separators, grease traps, sewage lift stations, and holding tanks at Hurlburt Field, Florida. This pre-solicitation notice is a precursor to a contract expected to be issued on or around August 7, 2024, with a potential five-year span. The scope of work involves managing and executing maintenance tasks, ensuring compliance with regulations. The focus is on keeping these systems operational, which includes removing various waste materials. Eligible applicants are small businesses registered in the System for Award Management (SAM) database, with a North American Industry Classification System (NAICS) code of 562998 and a size standard of $16.5 million. This projected contract has an estimated value of $16.5 million for the maximum five-year period. It will be awarded based on the evaluation of factors like price, past performance, and compliance with requirements. The Air Force emphasizes that this is not a formal request for quotes, and interested parties should not incur any proposal preparation expenses without further guidance. For clarifications or questions, two points of contact are provided: 2d Lt Reymundo Rivera and Ashley Williams, both accessible via email. To submit a response, prospective contractors must be registered in SAM. The issuance of the formal solicitation on or around August 7, 2024, will provide further details on the submission process and requirements.
Aqueous Film Forming Foam (AFFF) Replacement Support United States Army and Navy, Republic of KOREA
Active
Dept Of Defense
The U.S. Army Corps of Engineers is planning to solicit a Firm-Fixed Price (FFP) contract for Aqueous Film Forming Foam (AFFF) Replacement Support. The contract aims to provide this service for the United States Army and Navy in the Republic of Korea. The FFP contract will require the successful applicant to replace and dispose of AFFF materials, adhering to environmental regulations. The focus is on hazardous waste management and ensuring the safe removal and replacement of these foams. Applicants should be experienced in environmental remediation and possess the necessary certifications and expertise in handling hazardous materials. To be considered, interested parties should submit their proposals in digital format, using Adobe PDF or Microsoft Office, by the deadline of 3:00 PM Korea Standard Time on August 15, 2024. The primary contact for this opportunity is Sonya Sharp, who can be reached at sonya.s.sharp@usace.army.mil, with a copy to Eugene Gibbs at eugene.a.gibbs@usace.army.mil. The USACE anticipates awarding the contract based on the submitted proposals and the evaluation of key criteria, which will be outlined in the upcoming solicitation document. Eligible applicants are advised to carefully review the solicitation package when it is released. This opportunity is expected to result in a single-award contract, with an estimated value of $500,000 to $1,000,000. Applicants should possess a strong track record and the capability to perform the work within the required timeframe and budget.