Jacobsville Environmental Remediation
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: Sources Sought (Updated)
- Updated Published Date: May 02, 2022 03:16 pm EDT
- Original Published Date: Apr 18, 2022 12:43 pm EDT
- Updated Response Date: May 06, 2022 11:59 pm EDT
- Original Response Date: May 03, 2022 02:00 pm EDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date:
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: F108 - ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION
- NAICS Code:
- 562910 - Remediation Services
- Place of Performance: Evansville , IN 47710USA
Description
W912QR0056 – Jacobsville Phase Four
This is a SOURCES SOUGHT notice to determine the capabilities of small business firms for a potential small business set-aside. If your firm is a Small Business, certified HUBZone, 8A, Woman- Owned Small Business or Service-Disabled Veteran Owned Business and you are interested in this project please respond appropriately.
This notice does not constitute a solicitation announcement, nor does it restrict the Government to an ultimate acquisition approach. No solicitation or technical scope of services is available at this time. The Government will use the responses to this SOURCES SOUGHT notice to make acquisition decisions. Small businesses are strongly encouraged to review this SOURCES SOUGHT and submit according to the directions in this notice.
Contract duration is estimated to be 20 months for the base period. There are expected to be four options for 50 remedial design drawings. The initial exercise of the option would extend the period of performance to October 31, 2024. Any additional exercise of an option would extend the period of performance 45 days. The options must be exercised within 20 months of the date of award. The applicable NAICS code is 562910, Remediation Services. Award of a cost-plus-fixed-fee Environmental Remediation Services contract is being considered.
The Jacobsville Neighborhood Soil Contamination Superfund Site is located in Evansville, Indiana. Airborne dust, soot and smoke from industrial operations from the late 1800’s to the mid 1900’s resulted in lead- and arsenic-contaminated soil at approximately 4,000 residential properties. Remedial action in accordance with the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), as amended by the Superfund Amendments and Reauthorization Act (SARA), and National Contingency Plan (NCP) requirements is ongoing. For this contract, the U.S. Army Corps of Engineers (USACE) will assist the U.S. Environmental Protection Agency (USEPA) with remediating lead/arsenic-contaminated soil on residential properties. The scope of work includes preparation of plans (project management plan, quality control plan, quality management plan for USEPA, a quality assurance project plan (QAPP) in the Uniform Federal Policy QAPP format, accident prevention plan with health and safety plan, data management plan, site management plan), excavation of soils per USEPA-provided remedial designs, backfill/restoration of disturbed areas, transportation and disposal of contaminated soil, restoration of properties, and preparation of reports and property folders documenting remediation.
All interested Small Business, certified HUBZone, 8A, Woman- Owned Small Business or Service-Disabled Veteran Owned Business contractors should respond to this SOURCES SOUGHT via email no later than 03 May 2022, 02:00 PM Eastern. The following requests are designed to apprise the US Army Corps of Engineers, Louisville District, of any prospective small business environmental remediation services capabilities. Please provide your response to the following. The submission is limited to 8 total pages of information.
Responses should include:
- Identification and verification of the company's small business status.
- Contractor's Unique Entity Identifier and Cage Code.
- Description of Experience: Interested firms must submit two (2) examples of similar projects that the firm has completed successfully within the last five (5) years. Projects that are 75% complete can be submitted to fulfill this requirement. Example projects must be of similar size and scope. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages, and quality of performance. For each example project, include original contract amount, pending and actual modification cost.
- Projects similar in scope to this project include: Projects considered similar in scope will include USEPA-funded Superfund projects remediating residential properties with contaminated soil and performed under a cost reimbursement contract or task order.
- Projects similar in size to this project include: Projects considered similar in size will include a minimum of 150 individual residential properties, (i.e., each having its own yard).
- Based on the definitions above, for each project submitted, include:
- Current percentage of remediation complete and the date when it was or will be completed.
- Scope of the project.
- Size of the project.
- The dollar value of the cost-reimbursable contract.
- The portion and percentage of the project that was self-performed.
- Demonstration and documentation that firm’s accounting system was adequate for determining cost applicable to the contract.
- Demonstration and documentation of subcontracting experience.
- Demonstration and documentation of successful Department of Defense and/or Federal contracting experience.
- Additional Submittal Information:
- Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting, they must not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities.
- Total submittal package shall be no longer than 8 pages.
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING DIVISION 600 DR MARTIN LUTHER KING JR PL
- LOUISVILLE , KY 40202-2230
- USA
Primary Point of Contact
- Kurt M. Egner
- kurt.m.egner@usace.army.mil
- Phone Number 5023157050
Secondary Point of Contact
History
- Jul 10, 2022 11:55 pm EDTSources Sought (Updated)
- Jun 10, 2022 01:27 pm EDTSources Sought (Updated)
- May 22, 2022 11:55 pm EDTSources Sought (Updated)
- May 02, 2022 03:16 pm EDTSources Sought (Updated)
- Apr 18, 2022 12:43 pm EDTSources Sought (Original)