PRIVATE PROPERTY ASSESSMENTS and DEBRIS REMOVAL, FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA) WILDFIRE RESPONSE SUPPORT, MORA AND SAN MIGUEL COUNTIES, NEW MEXICO
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)
- Original Published Date: Jul 08, 2022 04:54 pm MDT
- Original Response Date: Jul 15, 2022 02:00 pm MDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- 562119 - Other Waste Collection
- Place of Performance: San Miguel , NMUSA
Description
This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests.
PURPOSE:
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, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Woman-Owned Small Business (WOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB).
PROJECT DESCRIPTION & EXPERIENCE REQUIREMENTS:
The U.S. Army Corps of Engineers – Albuquerque District is performing market research for private property assessment and debris removal in support of FEMA wildfire response. The resulting contract will support fire response efforts in Mora and San Miguel Counties, New Mexico, as a result of the Hermit’s Peak and Calf Canyon Fires in 2022. In April 2022, the areas impacted by the fire were declared a Federal disaster area and therefore eligible for assistance through FEMA. The requirements associated with this contract will include performance of Site Assessments, Debris Removal, and Reporting to support the relief effort.
Contractors with demonstrated experience with FEMA Debris removal efforts is preferred.
Contractor will be expected to mobilize field teams to the response area within 14 days of contract award.
Contractor should have demonstrated experience and capacity to complete planning documents which will be required to initiate work; these planning documents will need to be completed on a highly accelerated schedule given the urgency of the work to be completed. Planning documents include:
- Quality Control Plan
- Project Management Plan (PMP)
- Accident Prevention Plan (APP)
- Site Assessment Workplan
- Debris Removal Operation Plan (DROP)
- Storm Water Pollution Prevention Plan (SWPPP)
Prime Contractor Capabilities to include:
- Experience with implementing and utilizing a USACE certified Automated
- Debris Management System (ADMS)
- Familiarity with New Mexico State Regulatory agencies
- Experience managing multi-disciplined field teams performing a wide range of activities required for wildfire debris removal in remote areas
- Experience coordinating efforts with a multitude of municipal, county, state, tribal and federal entities
The contractor shall have labor resources readily available to allow for establishment of a minimum of 10 Site Assessment field teams to allow for the accelerated schedule.
Key Personnel will include, but not be limited to, the following disciplines. The Contractor shall be able to provide redundancy in all of the key personnel assigned to the project to ensure seamless and uninterrupted execution of work.
- Arborist
- Operations manager (minimum of 5 years experience)
- Operations planner (minimum of 5 years experience)
- Site Safety and Health Officer (SSHO) (minimum of 5 years experience)
- Registered Archaeologist
- Certified Asbestos Consultant
- Project Manager
All haulers performing work as part of this contract will be required to be registered with the State of New Mexico.
The North American Industry Classification System (NAICS) code for this procurement is 562119, Other Waste Collection and has a small business size standard of $41.5 Million.
Estimated duration of the project is 12 months (1 year).
Small Businesses are reminded under FAR 52.219-14 (DEV), Limitations on Subcontracting that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern, or similarly situated entities.
Prior Government contract work is not required for submitting a response under this sources sought notice.
INSTRUCTIONS ON SUBMISSION OF RESPONSES TO THIS SOURCES SOUGHT:
Firm’s response to this Notice shall be limited to 10 pages and shall include the following information:
1. Firm’s name, address, point of contact, phone number, e-mail address, CAGE, and UEI.
2. Firms’ Business Size – LB, SB, 8(a), HUBZone, WOSB, SDVOSB .
3. Provide no more than five examples of same or similar work performed by your firm in the past 6 years of same or similar size and scope as the requirement described in this Source Sought Notice.
3a. Provide a brief description of the project, contract type, contract number, technical description, dollar value of the project, period of performance, customer name along with the current point of contact, telephone number and email, whether your firm worked as a prime or subcontractor, as part of a teaming partner, JV partner, or Mentor/Protégé program. If your firm was a subcontractor indicate your role in the project and the dollar value of the portion performed.
3b. Capacity of technical experts and key staff along with their ability to mobilize to the project area.
4. Firm’s experience with the project description & experience requirements listed in this Sources Sought Notice.
5. Do you intend to have partners represented in the response? This includes, but is not limited to existing joint venture partners, including Mentor Protégés, potential teaming partners, prime contractor (if responder is the potential subcontractor), or subcontractor (if responder is the potential prime contractor). If yes, please describe the partner and the expected relationship with respect to this activity.
Interested Firms shall respond to this Sources Sought Notice no later than 15 July 2022, 2:00PM MDT. Email your response to Michelle Kessinger at Michelle.L.Kessinger@usace.army.mil
Firms responding to this sources sought notice who fail to provide ALL of the required information requested will not be used to assist the Government in the acquisition strategy decision, which is the intent of this sources sought notice.
All interested firms must be registered in SAM.gov to be eligible for award of Government contracts. Additionally, firms are required to complete a cybersecurity assessment in the Supplier Performance Risk System (SPRS), prior to contract award.
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING DIVISION 4101 JEFFERSON PLAZA NE
- ALBUQUERQUE , NM 87109-3435
- USA
Primary Point of Contact
- Michelle Kessinger
- michelle.l.kessinger@usace.army.mil
- Phone Number 5053423370
Secondary Point of Contact
History
- Jul 30, 2022 09:55 pm MDTSources Sought (Original)