F--HAZMAT Spill Response/Cleanup and Waste Disposal
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: Presolicitation (Updated)
- Updated Published Date: Jul 16, 2024 05:29 pm EDT
- Original Published Date: Jul 12, 2024 01:23 pm EDT
- Updated Response Date:
- Original Response Date:
- Inactive Policy: Manual
- Updated Inactive Date: Oct 01, 2024
- Original Inactive Date: Oct 01, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: F108 - ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION
- NAICS Code:
- 562910 - Remediation Services
- Place of Performance:
Description
(1) To perform cleanup and disposal of illegal dumpsites; bloodborne pathogen cleanup; compelling and urgent emergency spill response and cleanup; nonemergency spill response and cleanup; and, if needed, remedial investigation and feasibility study (RI/FS) activities associated with HAZMAT response and cleanup activities for the LCB to include the following BOR-LCBR area offices: Phoenix Area Office, Lower Colorado Dams Office, Yuma Area Office and the Lower Colorado Regional Office.
(2) To provide hazardous waste, nonhazardous waste, and universal waste (waste) disposal services. Waste disposal services shall include lab packing, pickup, and transportation; disposal, labeling, and marking of containers; preparing waste profile analyses; preparing Land Disposal Restriction documentation; preparing Bills of Laden or Uniformed Hazardous ; and providing Certificate of Disposal or Recycling and other documentation related to waste disposal services for LCB and the Lower Colorado Dams Office (LCDO), which includes Hoover, Davis, and Parker Dams, and the Boulder Canyon Operations Office (BCOO).
The related Sources Sought Notice is DOIRFBO240008 (https://sam.gov/opp/f4da12f73d534e81aa6d121462d600c7/view).
Reclamation is by trade an engineering firm that is a contemporary water management agency with a strategic plan outlining numerous programs, initiatives, and activities that will help the 17 Western States, Native American Tribes, and others meet new water needs and balance the multitude of competing uses of water in the West.
This requirement will be solicited as a Small Business set aside. The applicable North American Industry Classification System (NAICS) code is 562910, Remediation Services. The small business threshold is $25M. The solicitation and any amendments to the solicitation will be available through SAM.gov. The extent of the work will be described in the solicitation. As a result of this pre-solicitation notice, the Department of the Interior, Bureau of Reclamation, anticipates releasing the Request for Proposal (RFP) on or about 26 July 2024 on SAM.gov. The due date for receipt of proposals will be specified in the RFP. This requirement will be solicited and awarded using the procedures outlined in FAR Part 12 in conjunction with Part 13. The anticipated award date is 20 September 2024. The IDIQ ordering period will be five years from date of award. Task orders for disposal and nonemergency services will be competed and each will state its own period of performance.
For wage determinations, some places of performance are unknown at this time. The known places of performance are LCB and the Lower Colorado Dams Office (LCDO), which includes Hoover, Davis, and Parker Dams, and the Boulder Canyon Operations Office (BCOO), i.e., Clark County, NV; Mohave County, AZ; and San Bernardino County, CA. Pursuant to FAR 22.1009-4, the contracting officer will obtain wage determinations for additional possible places of performance if asked to do so in writing when request is received within 30 days of award of any task order.
No further information will be available before the solicitation is posted.
Waste disposal services were previously done under 140R3019A0001, awarded to Source Environmental, Inc. The spill response/cleanup portion of the requirement is a new contractual requirement.
Offerors are required to have an active record in the System for Award Management (SAM) at the time of proposal to be eligible for contract award. Offerors may register on SAM at https://www.sam.gov.
Written questions may be submitted to the contract specialist, the primary point of contact for this action, Jennifer Garcia via e-mail at jgarcia@usbr.gov. Only questions submitted via e-mail will be accepted and addressed.
Attachments/Links
Contact Information
Contracting Office Address
- 500 DATE STREET BUILDING 200
- BOULDER CITY , NV 89005
- USA
Primary Point of Contact
- Jennifer Marie Garcia
- jgarcia@usbr.gov
Secondary Point of Contact
History
- Oct 02, 2024 12:00 am EDTPresolicitation (Updated)
- Sep 21, 2024 11:55 pm EDTSolicitation (Original)
- Jul 12, 2024 01:23 pm EDTPresolicitation (Original)