F--CERCLA TCRA at burn sites in Rocky Mtn NP, CO
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Solicitation (Updated)
- Updated Published Date: May 15, 2023 03:15 pm PDT
- Original Published Date: Apr 24, 2023 01:53 pm PDT
- Updated Date Offers Due: Jun 01, 2023 11:00 am PDT
- Original Date Offers Due: May 24, 2023 11:00 am PDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Jun 16, 2023
- Original Inactive Date: Jun 08, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: F108 - ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION
- NAICS Code:
- 562910 - Remediation Services
- Place of Performance: Rocky Mountain National Park CO
Description
Amendment 2 transmits Attachment 9: Clarifications 1 - 51 and a corrected Form 2, Price Schedule, and announces that the deadline to submit additional questions is 5:00 pm PT on 5/30/23. The due date and time are changed to 6/1/23 at 11:00 am PT.
Amendment 1 transmits Attachment 4: Draft Final Sampling and Analysis Plan (SAP) and corrects the small business size standard to 1,000 employees.
Request for Proposals (RFP) #140P2123R0008 is to conduct a response action under CERCLA at up to four locations within Rocky Mountain National Park that burned in the East Troublesome wildfire in October 2020. Limited prior investigations have analyzed the contaminants, characterized the hazards, and established a framework for the removal action at this site IAW the CERCLA process. The debris to be removed varies from site to site and includes vegetation, ash, wood, contaminated soil, remnant concrete/stone/masonry structures, concrete, metal articles, trees that prohibit work performance, stumps, presumed PCB containing light ballasts, chemical containers, aerosol cans, fire extinguishers, compressed gas cylinders, electronic waste, small motorized equipment (generators, chain saws, etc.), white goods (washers, dryers, refrigerators, etc.). Ash, debris, metal, and concrete at all locations may contain or be contaminated by friable asbestos. The Contractor shall perform confirmation sampling and analysis in accordance with a previously-prepared Sampling and Analysis Plan (SAP). In addition to the base items, the RFP includes options for cleanup of additional burned sites at two locations; risk assessments; and additional sampling and analyses. Refer to the attachments for details.
A payment bond (100%), performance bond (100%), and liability insurance will be required prior to contract performance. An offer guarantee will be required with proposal submission.
PROJECT LOCATION: The twenty-two burn sites addressed by this activity are located within four geographic locations at Rocky Mountain National Park (ROMO) in north-central Colorado, approximately 55 miles northwest of Denver. The park is situated between the gateway communities of Estes Park to the east and Grand Lake to the west. Maps and information are at www.nps.gov/ROMO.
SITE VISIT: There will be no site visit because the burn sites are inaccessible due to snow or seasonal road closures. Photos and maps will be included in the RFP and prospective offerors are encouraged to research the park and sites using publicly-available information.
DETAILS: This is a best value negotiated procurement set-aside for small business concerns in accordance with FAR Part 19.5. The prime contractor must comply with limitations on subcontracting in FAR clause 52.219-14 for general construction. The NAICS code for this project is 562910, Remediation and cleanup of contaminated buildings, mine sites, soil, or ground water, and the small business size standard is 1,000 employees. All work will be performed under a single firm-fixed-price construction contract subject to the Wage Rate Requirements (Construction), formerly known as the Davis-Bacon Act. As stated in the prescribed range in FAR 36.204, the estimated magnitude of this project is between $1,000,000 and $5,000,000.
The RFP and future amendments will be posted in the Contracting Opportunities section of SAM (https://sam.gov/content/opportunities). The entire solicitation package will be in Microsoft Word and Adobe PDF. Proposals will be due approximately 30 days after the RFP is posted, specifically they will be due by the date and time specified in Block 13 of the Standard Form 1442 or as stated in the most recent amendment (SF30). Offerors will submit their proposals by email per instructions included in the solicitation; proposals will consist of two volumes (technical and price). The government will consider each offeror's technical capability in comparison to its price and award to the firm whose offer represents the best value. Special instructions related to bid bond submission will be in the RFP.
Prospective offerors must visit SAM.gov periodically to check for amendments and other changes to the contract documents; no other notifications will be sent nor will hard copies of the solicitation be mailed or issued. All eligible responsible sources may submit a proposal which shall be considered by the National Park Service, however offerors who have not established and/or maintained an active registration at www.SAM.gov prior to the offer due date and time will be considered either ineligible or non-responsive and will not be considered for award.
Construction Contraction Administration: Federal Acquisition Regulation (FAR) 36.211(b) requires agencies provide description of policies and procedures that apply to definitization of equitable adjustments for change orders under construction contracts and data on the time required to definitize equitable adjustments for change orders under construction contracts. This information can be found at: https://www.doi.gov/pam/acquisition/policy/constructioncontract.
It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, Indian Small Business Economic Enterprises, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors are strongly encouraged to contact their local Small Business Administration office, to post their need for qualified subcontractors on SUB-Net accessed at http://web.sba.gov/subnet/, and to utilize the Small Business Administration (SBA) Dynamic Small Business Search for potential subcontractors within these various socio-economic categories.
The Government reserves the right to cancel this solicitation.
For more information, contact the Contracting Officer at sarah_welch@nps.gov.
Attachments/Links
Contact Information
Contracting Office Address
- 7333 W JEFFERSON AVE SUITE 100 XXXX
- LAKEWOOD , CO 80225
- USA
Primary Point of Contact
- Welch, Sarah
- Sarah_Welch@nps.gov
- Phone Number 202-354-3974
Secondary Point of Contact
History
- Jun 16, 2023 08:59 pm PDTSolicitation (Updated)
- Jun 08, 2023 08:59 pm PDTPresolicitation (Original)
- May 15, 2023 03:15 pm PDTSolicitation (Updated)
- May 15, 2023 01:40 pm PDTSolicitation (Updated)
- May 05, 2023 02:33 pm PDTSolicitation (Updated)
- Apr 24, 2023 01:53 pm PDTSolicitation (Original)