Skip to main content

An official website of the United States government

You have 2 new alerts

DLA Installation Management, Environmental Management, Environmental Liabilities Management Program Support

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 (Updated)
  • Updated Published Date: Jul 27, 2021 08:07 am EDT
  • Original Published Date: Jul 27, 2021 07:36 am EDT
  • Updated Response Date: Sep 10, 2021 11:00 am EDT
  • Original Response Date: Sep 10, 2021 11:00 am EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Sep 25, 2021
  • Original Inactive Date: Sep 25, 2021
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: F999 - OTHER ENVIRONMENTAL SERVICES
  • NAICS Code:
    • 561990 - All Other Support Services
  • Place of Performance:
    USA

Description

THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION IS CURRENTLY AVAILABLE. 

The U.S. Army Corps of Engineers, Baltimore District (hereinafter the Baltimore District), seeks to determine the interest, availability, and capability of potential sources to satisfy an upcoming requirement. The Baltimore District requests capability statements from Small Business, Certified 8(a), Certified HUB Zone, Economically Disadvantaged Women-Owned Small Businesses and Service-Disabled Veteran-Owned concerns. The responses to this Notice will be used for planning purposes for upcoming procurements. Therefore, this Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issue of a RFP; nor does it commit the Government to contract for any supply or service. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice. Please be advised that all submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future Solicitation, if any is ssued. 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 in part depend upon the capabilities of the responses to this notice. In accordance with FAR 15.201(e), 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 Government intends to solicit for the Defense Logistics Agency (DLA) Installation Management, Environmental Management (DM-E) which requires Contractor support to assist in program management-related functions and to provided financial expertise to the Restoration Division (DM-ER). This support allows DM-E to meet their responsibilites for execution of DLA's programs and satisfy Department of Defense (DoD) audit requirements. 

The applicable North American Inustry Classification System (NAICS) code for this procurement is 561990, All Other Support Services, with a standard size is $12M. The contract Period of Performance will be one (1) year from date of award.

The work anticipated will include the following:

For Task 1, per requirements of the DoD FMR Vol. 4 Chapter 13 (Accounting Policy and Procedures) along with DoD FMR Volume 3 (Budget Execution – Availability and Use of Budgetary Resources), and in accordance with established DLA policies, DLA Installation Management, Environmental Management (DM-E) requires Contractor support to assist in program management-related functions and to provide financial expertise to the Restoration Division (DM-ER). This support allows DM-E to meet their responsibilities for execution of DLA’s programs and satisfy DOD audit requirements.

For Task 2, per applicable policy and guidance, which includes the DoD FMR Vol. 4 Chapter 13 (Accounting Policy and Procedures), the DODM 4715.20 (Defense Environmental Restoration Program), DoD Financial Improvement and Audit Readiness (FIAR) Guidance, DLA Instruction 4715.07 (Environmental Liabilities Management and Remediation), and the DLA SOPs 4715.07 series, DM-E is responsible for the annual Environmental Liabilities Management (ELM) business cycle.  DLA anticipates formulating and documenting EL requirements for both CONUS and OCONUS ELs for corrective action sites, closure assets, asbestos assets, and general equipment. 

Small Businesses, Certified 8(a), Certified HUB Zone, Economically Disadvantaged Women-Owned Small Businesses, and Service-Disabled Veteran-Owned Small Businesses are encouraged to respond to this notice. Responses may be in any format, but should include the following:

1. Company name, address, phone number and email address of the point of contact.

2. Indicate business size in relation to the NAICS code 561990. Provide your company's System for Award Management (SAM) Cage Code and DUNS number to verify your business status as a qualified Small Business (SB), Service Disabled Veteran Owned SB (SDVOBSB), Historically Underutilized Business Zones (HUBZone), Qualified Section 8(a), or Women-Owned Small Business (WOSB). Contractors must be registered in SAM at time of bid/proposal due date. Please see https://www.sam.gov/portal/SAM/ for additional registration information.

3. Indicate the primary nature of your business and an overview of your firm's capabilities.

4. Provide at least two (2) but no more than three (3) examples of projects similar to requirements described above that have been 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 contract capacities. 

5. Identify any anticipated industry partners that your firm may utilize for this requirement. In accordance with FAR 52.219-14, please confirm that the SB concern is capable of performing 50% of the anticipated contract cost.

Total submittal shall be no longer than seven(7) pages in one (1) .pdf file, and Email responses are required.

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

Submission Instructions: THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. 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 11:00 AM on 10 September 2021. All responses under this Sources Sought Notice must be emailed to, Leigha Arnold, Contract Specialist - leigha.m.arnold@usace.army.mil and Nicole Brookes - Nicole.C.Brookes@usace.army.mil referencing the sources sought notice number W912DR21R0067. 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: Leigha Arnold via email leigha.m.arnold@usace.army.mil and Nicole Brookes via email at Nicole.C.Brookes@usace.army.mil.

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