New Jersey Bids > Bid Detail

Joint Base McGuire-Dix-Lakehurst (JBMDL) Optimized Remediation Contract (ORC)

Agency:
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159371288616132
Posted Date: Nov 7, 2023
Due Date: Nov 21, 2023
Source: https://sam.gov/opp/21f6a345be...
Follow
Joint Base McGuire-Dix-Lakehurst (JBMDL) Optimized Remediation Contract (ORC)
Active
Contract Opportunity
Notice ID
W912DR24R0008
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NAD
Office
W2SD ENDIST BALTIMORE
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: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 07, 2023 10:21 am EST
  • Original Response Date: Nov 21, 2023 12:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Dec 06, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: F999 - OTHER ENVIRONMENTAL SERVICES
  • NAICS Code:
    • 562910 - Remediation Services
  • Place of Performance:
    NJ
    USA
Description

TITLE: JOINT BASE MCGUIRE-DIX-LAKEHURST (JBMDL) OPTIMIZED REMEDIATION CONTRACT (ORC)



SOLICITATION NO: W912DR24R0008



THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. THERE WILL NOT BE A SOLICITATION AVAILABLE AT THIS TIME. THE GOVERNMENT WILL NOT REIMBURSE RESPONDENTS FOR ANY COSTS INCURRED IN PREPARATION OF THE RESPONSE TO THIS ANNOUNCEMENT.



The U.S. Army Corps of Engineers (USACE), Baltimore District, requests letters of interest from qualified contractors interested in performing work on the potential Optimized Remediation Contract (ORC) for Joint Base McGuire-Dix-Lakehurst (JBMDL).



By way of this Sources Sought Notice, the USACE Baltimore District intends to determine the extent of capable firms that are engaged in providing the services described hereunder. Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions. Therefore, the type of set-aside decision to be issued will depend upon the capabilities of the responses to this notice.



Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this notice.



PROJECT DESCRIPTION:



The U.S. Army Corps of Engineers, Baltimore District, has been tasked to solicit for and award environmental services to support the Air Force (AF) at JBMDL, NJ in executing its Environmental Restoration Program via a performance-based Optimized Remediation Contract (ORC). The proposed project will be a competitive, firm-fixed-price (FFP), standalone “C” contract procured in accordance with FAR Part 15, Contracting by Negotiation, via a Request for Proposal (RFP).



The project consists of performing environmental remediation activities, the range of which includes preparation and achievement of decision documents to select or modify remedies, maintenance of established remedies, optimization at applicable sites, and achievement of site-specific objectives to support progress to Site Closeout (SC) at 67 Installation Restoration Program (IRP) sites and eight (8) Military Munitions Response Program (MMRP) sites. The period of performance for this contract will be ten (10) years.



The purpose of this notice is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community: Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZones), Small Disadvantaged Business (SDB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition within any given socioeconomic category of responsible contractors. Large businesses are not prohibited from submitting a response to this notice; however, SB, Section 8(a), HUBZone, SDVOSB, SDB, VOSB, and WOSB are highly encouraged to participate.



The North American Industry Classification System (NAICS) code for this procurement is 562910 – “Environmental Remediation Services”, which has a small business size standard of 1,000 employees.



Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded that they need to have a bonafide office in the geographical areas of consideration where the work is to be performed as determined by the U.S. Small Business Administration.



REQUIRED CAPABILITIES



The AF is required to implement remedies as necessary to enable the mission, protect human health and the environment, and comply with laws. The goal of the ORC initiative is to ensure the AF continues to fulfill all facets of its Environmental Restoration Program (ERP) mission, while effectively and efficiently managing the program in a performance-based, results-oriented, and cost-conscious framework. The AF desires all sites be cleaned up to standards that allow for the current or reasonably anticipated future land use of the property. The intent of the ORC initiative is to advance site cleanup during the Period of Performance (POP) in the most efficient and cost-effective manner as supported by a business case analysis that achieves the greatest reduction in life-cycle cost (LCC). The AF is interested in substantial reduction of long-term environmental liabilities and LCCs, through optimization of environmental restoration activities for all sites included in this contract while complying with applicable federal, state, and local laws and regulations; and applicable base-specific orders, agreements, or rules.



Responders should address ALL the following in their submittal:



USACE seeks the contractor's ability to demonstrate the necessary experience, including subcontractors, on projects like that described above for similar services. This includes references of completed projects similar in scope and scale. If the Offeror is a joint venture, mentor/protégé, or is utilizing an affiliate, at least two projects submitted MUST be experience representing the small business/protégé Prime Offeror.



Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the projects submitted in the capabilities statement.



The following criteria must be considered to ensure the ability to perform the proposed work:




  1. Firm's name, address, point of contact, phone number, email address, CAGE code and DUNS number.

  2. Indicate if your company is currently registered with the Systems for Award Management (SAM) database. If not, indicate if it has been registered or does it plan to register.

  3. In consideration of NAICS code 562910, with a small business size standard of 1,000 employees, indicate which of the following small business categories your business is classified under: Small Business, Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Business, Small-Disadvantaged Business, Woman- Owned Small Business, HUBZone Small Business, or 8(a) Business.

  4. Indicate if your company is currently prohibited from doing business with the Federal Government. Yes/No. (If yes, please explain).

  5. Capability Statements should include information and details of a minimum of two (2) projects with similar scope of work completed within the past three (3) years. Narratives should include a description of the services performed, project references (including owner with phone number and email address), and size of project and/or capacities.

  6. Demonstrate ability to achieve performance objectives pursuant to Air Force goals which are listed below:




  • Achieve SC or Response Complete (RC) during the POP.

  • For any site not achieving at least RC during the POP, achieve, in order of priority:

    • Remedy in Place (RIP)

    • The furthest objective within the regulatory structure for each site (e.g., Decision Document (DD), Preliminary Assessment/Site Inspection (PA/SI), etc.)



  • Develop an Optimized Exit Strategy (OES) for sites that have an approved DD prior to, or during the POP, but do not achieve SC.



Additional information is available at the Air Force Civil Engineer Center (AFCEC) online Administrative Record (AR) located at: http://afcec.publicadmin-record.us.af.mil/



Narratives shall be no longer than ten (10) pages in one (1).pdf file. Double-sided pages will count as two (2) separate pages.



Comments will be shared with the Government and the project team, but otherwise will be held in strict confidence.



SUBMISSION INSTRUCTIONS:



THIS NOTICE IS NOT A REQUEST FOR PROPOSAL, QUOTE OR BID. IT IS A MARKET RESEARCH TOOL BEING UTILIZED TO DETERMINE THE AVAILABILITY OF POTENTIAL QUALIFIED CONTRACTORS BEFORE DETERMINING THE METHOD OF ACQUISITION. IN ADDITION, THIS SOURCES SOUGHT IS NOT TO BE CONSIDERED AS A COMMITMENT BY THE GOVERNMENT, NOR WILL THE GOVERNMENT PAY FOR ANY INFORMATION SOLICITED OR DELIVERED.



Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice NLT 12:00 P.M. Eastern Standard Time (EST) 21 November 2023. All responses under this Sources Sought Notice must be emailed to evan.m.cyran@usace.army.mil and leigha.m.arnold@usace.army.mil referencing the sources sought notice number W912DR24R0008.



Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity, please contact: evan.m.cyran@usace.army.mil and leigha.m.arnold@usace.army.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • RESOURCE MANAGEMENT OFFICE 2 HOPKINS PLAZA
  • BALTIMORE , MD 21201-2526
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Nov 07, 2023 10:21 am ESTSources 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 >