Skip to main content

An official website of the United States government

You have 2 new alerts

Dugway Proving Ground, Soils Remediation of Area 2 of SWMU11, Dugway, Utah

info alert

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: Jan 12, 2023 03:39 pm EST
  • Original Published Date: Nov 01, 2022 05:28 pm EDT
  • Updated Response Date: Nov 16, 2022 10:00 am EST
  • Original Response Date: Nov 16, 2022 10:00 am EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Jan 14, 2023
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: F108 - ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION
  • NAICS Code:
    • 562910 - Remediation Services
  • Place of Performance:
    Dugway , UT
    USA

Description

THIS SOURCES SOUGHT IS NOW CLOSED.

THIS NOTICE HAS BE REACTIVATED ONLY TO UPDATE SITE VISIT DETAILS..

RESPONSES WILL NOT BE ACCEPTED AT THIS TIME.

________________________________________________________________________

This is a SOURCES SOUGHT SYNOPSIS for MARKET RESEARCH only.

This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. 

The Government intends to solicit this requirement as a Small Business Set-Aside (to include the following subsets, Small Disadvantaged Businesses, Certified 8(a), Service-Disabled Veteran Owned Small Businesses, HUBZone Small Businesses and Woman Owned Small Businesses).

DESCRIPTION OF WORK: 

See attached DRAFT Performance Work Statement for the scope of environmental remediation services necessary for performance of this requirement.

Request a Drop-Off of GFI files via DoD SAFE at https://safe.apps.mil 

SITE VISIT: 

AS OF 12 JANUARY 2023: DUE TO SAFETY AND CONCERNS CAUSED BY THE RECENT STORMS, THE 19 JANURARY 2023 SITE VISIT IS POSTPONED. WE INTEND TO HAVE A SOLICITATION OUT SOON AND WILL DO OUR BEST TO RESCHEDULE THE VISIT BEFORE PROPOSALS ARE DUE. WE APOLOGIZE FOR THE SHORT NOTICE AND ANY INCONVENIENCE THIS MAY HAVE CASUED.

The Site Visit has been postponed and will now be held on 19 January 2023. Additional details will be provided once confirmed. 

As of 10 January 2023: The Site Visit has been confirmed. Details are as follows: 

- Date: 19 January 2023

- Time: 10:00am MST

- Meeting Location: HQ Parking Lot, West of the HQ Building off of Stark Rd (this will give attendees time to come from either SLC or Tooele and process through the Main Gate).

If your company would like to attend the site visit:

1. Complete the attached ACCESS REQUEST FORM.

2. Request a DoD Safe Drop-Off email from Amy.L.Estey@usace.army.mil (in order to submit the completed roster for your company). If you are a CAC holder, only name and company are needed on the roster. 

     Note: On the attached form, in the "sponsor" column will be "Carter, Jeff" and the "access area" will be coded as "EV, WD" for all. 

3. Follow DoD Safe instructions and return the access request form.

4. The form MUST be returned to USACE by 10:00am PST 12 January 2023.

*PLEASE NOTE* as the roads out to the site are rough, participants should rent only four wheel drive vehicles. 

------------------------------------------------------------------------------------------------------------------------

In your response please include the following information:

-Firm's name, address, point of contact, phone number, and e-mail address

-Firm's CAGE and Unique Entity Identifier (UEI) numbers if applicable

-Firm's interest in bidding on the solicitation when it is issued

-Firm's Business Size category: Other-Than-Small Business, Small Business, HUB Zone, Veteran Owned Small Business, Women Owned Small Business, 8(a) etc.

-Firm's Joint Venture information if applicable.

Please send responses via email to: Daniel E. Czech at Daniel.E.Czech@usace.army.mil and Davina Darden at davina.d.darden@usace.army.mil .

Firms must be registered in betaSAM.gov to be eligible for award of Government contracts.

PLEASE NOTE: this project and/or the proposed solicitation and contract action may be changed, delayed, or canceled at any time.

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 1325 J STREET
  • SACRAMENTO , CA 95814-2922
  • USA

Primary Point of Contact

Secondary Point of Contact

History