F--CEPR Land Acquisition AAI
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 (Original)
- Original Published Date: Oct 04, 2024 06:10 pm EDT
- Original Response Date: Oct 18, 2024 05:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Nov 02, 2024
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: F999 - OTHER ENVIRONMENTAL SERVICES
- NAICS Code:
- Place of Performance:
Description
The intent of this notice is to determine the availability of service providers that can meet the following criteria:
The Bureau of Reclamation, Columbia--Pacific Northwest Region is seeking sources interested in providing Pre-Acquisition Environmental Assessments, also known as All Appropriate inquires (AAI¿s).
There are 14 flowage easements to be acquired. Prior to acquiring these easements, AAI's must be conducted. The easements are located in Kittitas, County WA, near Cle Elum, WA. The contractor shall furnish all labor, equipment, transportation, permits and fees associated with the successful performance of this requirement.
The purpose of an AAI is to establish an innocent landowner defense pursuant to Comprehensive Environmental Response Compensation and Liability Act (CERCLA) sections 101(35) and 107(b)(3), prospective purchaser liability protection pursuant to CERCLA sections 101(40) and 107(r), and contiguous property owner liability protection pursuant to CERCLA section 107(q).
All AAI's shall be conducted in accordance with rules, regulations, and standards established in 40 CFR 312, 33 CFR 137, ASTM E 1527-21, and Department of Interior Pre-Acquisition Environmental Assessment Guidance for Federal Land Transactions, June 7, 2010 (Environmental Assessment Guidance) A copy of DOI's Environmental Assessment Guidance is attached.
Potential offerors that have the capabilities necessary to meet the needs of the described requirement are invited to provide capabilities statement The Capability statements must include the following:
1) Company name and Point of Contact information
2) SAM UEI number
3) Small Business Size/Certification (to include 8(a), HUBZone, SDVOSB, etc.)
4) Narrative of recent and relevant experience.
Responses are due no later than Friday October 18, 2024 at 2 pm EDT, and shall be submitted electronically to Lynn Wahl at jwahl@usbr.gov. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Response is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.
Attachments/Links
Contact Information
Contracting Office Address
- PO BOX 620
- GRAND COULEE , WA 99133
- USA
Primary Point of Contact
- Wahl, Jeri
- JWahl@usbr.gov
Secondary Point of Contact
History
- Nov 02, 2024 11:55 pm EDTSources Sought (Original)