NASA Environmental Restoration and Compliance Contract (NERCC)
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 (Original)
- Original Published Date: Mar 15, 2022 08:21 am EDT
- Original Response Date: Mar 30, 2022 02:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- 541620 - Environmental Consulting Services
- Place of Performance:
Description
General Information
Solicitation Number: N/A NASA Environmental Restoration and Compliance Contract (NERCC)
Reference Number: 80KSC022ZCS001L
SAM.gov Posted Date: 3/15/2022
Recovery and Reinvestment Act Action: No
Original Response Date: 3/30/2022
Current Response Date: N/A
Classification Code: C -- Architect and engineering services
NAICS Code: 541620 – Environmental Consulting Services
Contracting Office Address
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
Disclaimer
This Sources Sought Synopsis is for planning purposes only, subject to FAR Clause 52.215-3, entitled “Request for Information or Solicitation for Planning Purposes”. It does not constitute a Request for Proposal, Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract. Moreover, the Government will not pay for the information submitted in response to this Notice, nor will the Government reimburse an Offeror for costs incurred to prepare responses to this Notice. This invitation to submit capability packages is for the purpose of determining the appropriate level of competition and/or small business subcontracting goals for a potential KSC acquisition. NASA does not plan to respond to individual responses and does not intend to post information or questions received to any website or public access location.
No solicitation exists at this time; therefore, do not request a copy of the solicitation.
If a solicitation is released it will be synopsized on SAM.gov, (https://www.SAM.gov/ )
Interested firms are responsible for monitoring these sites for the release of any solicitation or synopsis.
Failure to respond to this notice will not exclude any interested party from future consideration for proposals which may be announced or solicited by NASA.
Telephone calls will not be accepted.
Description
The National Aeronautics and Space Administration (NASA) through the John F. Kennedy Space Center (KSC) is seeking capability statements from all interested parties, including Small, Small Disadvantaged Businesses (SDB), 8(a) small businesses, Woman-Owned Small Businesses (WOSB), Economically Disadvantaged Woman-Owned Small Businesses (EDWOSB), Veteran-Owned Small Businesses (VOSB), Service Disabled Veteran Owned Small Businesses (SDVOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business and HBCU/MCIs subcontracting goals for design and other professional architect and engineering (A&E) services to provide restoration and environmental compliance support at all NASA Centers, component facilities, and other NASA responsible assets.
The Government reserves the right to consider a Small, SDB, 8(a), WOSB, EDWOSB, VOSB, SDVOSB, or HUBZone business set-aside based on responses hereto.
The North American Industry Classification System (NAICS) code for this effort is 541620, Environmental Consulting Services, and the small business size standard is $16.5 million. NASA is contemplating awarding multiple indefinite-delivery indefinite-quantity contracts with an up to ten (10) year ordering period.
Scope of Work
These contracts will provide restoration and environmental compliance support in accordance with Federal, State, and local laws and regulations. The restoration professional services required includes, but not limited to, technical consultation; identifying, sampling, remediating, or provide long term management of affected environmental media; and preparing plans, designs, and reports. The compliance professional services required includes, but not limited to, technical consultation, conducting studies and preparing permit applications, and preparing plans and reports.
The A&E firm's staffing for this contract must include, as a minimum, registered professional engineers, geologists, and specialists who have demonstrated specialized experience in environmental engineering. The A&E firms are required to have professional engineers and professional geologists who are licensed in the States of Alabama, California, Florida, Louisiana, Maryland, Mississippi, New Mexico, Ohio, Texas, Virginia, and West Virginia as applicable to the project location.
The A&E firms are required to have specialists with extensive experience in, but not limited to: groundwater modeling; sampling various environmental media using current sampling techniques and sampling tools in accordance with Federal, State, or local laws and regulations; performing human health and ecological risk assessments; risk communication; performing remediation construction oversight; operating, maintaining, and monitoring of treatment systems; and preparing permit applications.
Capability Statements
It is requested that interested business firms having the capabilities necessary to meet or exceed all aspects of the effort described herein, submit to the contracting office a capabilities package demonstrating ability to perform the services listed above.
The capability package shall be no more than five (5) pages in length and printed in not smaller than Times New Roman 12 point type. The capability package shall reference this Sources Sought Synopsis and be titled: “Solicitation No. 80KSC022ZCS001L NASA Environmental Restoration and Compliance Contract (NERCC)”
The capability package shall include, as a minimum, the following:
1. Company name, DUNS number, Cage Code, address, and a primary point of contact (E-mail address and phone number). Please provide this information in Attachment (1) titled: 80KSC022ZCS001L - Basic Information
2. Specifically state whether your firm is a large or small business in NAICS Code 541620. Description of principal business activity; number of employees; and specifically identify if you are a HUBZone small business, a service-disabled veteran owned small business, a woman owned small business, an economically disadvantaged woman-owned small business, or an 8(a) small business. Please provide this information in Attachment (1) titled: 80KSC022ZCS001L - Basic Information
3. Company profile including: annual revenue history demonstrating financial stability, office location(s), a staffing plan demonstrating the ability to retain existing staff and hire/acquire qualified personnel, and a demonstration of the firm’s ability to provide continuity of operations at the beginning and the end of a contract.
4. Provide the number of years in business and a summary of prior and current relevant experience within the last five (5) years.
Relevant work for the purposes of this Notice is defined as specialized experience in the following:
Restoration Support
o Perform all work in accordance with Federal, State, and local laws and regulations.
Experience investigating, remediating, and monitoring various contaminants of concern (COC) to include, but not limited to, chlorinated solvents (including dense non-aqueous phase liquid [DNAPL]), per- and polyfluoroalkyl substances (PFAS), polychlorinated biphenyls (PCBs) classified as both non-hazardous and hazardous waste, petroleum hydrocarbons, 1,4-Dioxane, and dioxins.
Conduct sampling of various media to include, but not limited to: air; concrete; groundwater; sediment; rock; soil; soil vapor; or surface water.
Conducting groundwater modeling.
Performing human health and ecological risk assessments
Prepare remedial alternative evaluation to include, but not limited to: comparing technologies; developing cost estimates; and calculating cleanup durations.
Developing remedial designs to address potential COCs
Implementing cleanup of COCs
Demolition, disposal, and recycling of contaminated real and personnel property.
Perform remediation construction oversight.
Operating, maintaining, and monitoring of treatment systems
Performing long-term groundwater monitoring
Preparing reports, including, but not limited to: Assessment Reports; Sampling Reports; Remedial Alternatives Evaluations; Designs; Operation, Maintenance, and Monitoring Reports; Long Term Groundwater Monitoring Reports; Land Use Control Implementation Plans; Statement of Basis or Record of Decision.
o Firms will support the agency review and approval process and provide engineering support during the public review and comment periods for permit modifications, public meetings, and other community outreach events.
o Provide risk communication support.
Environmental Compliance Support –
o Provide technical consultation, conduct studies, and prepare permit applications, plans and reports in support of environmental compliance activities.
o Perform all environmental compliance activities in accordance with Federal, State, and local laws and regulations.
o Provide environmental compliance support to the following program areas to include, but not limited to: audits and inspections; hazardous and solid waste; hazardous materials; air; wastewater; storm water; storage tanks; toxic substances; sustainability and pollution prevention; recycling; natural resources; cultural resources; energy and water management; outreach; climate action and adaptation support; Environmental Management Systems; regulatory risk analysis and communications support; and National Environmental Policy Act (NEPA) documentation.
Environmental Sampling, Analysis, and Monitoring
o Perform regulatory compliance and permit sampling, analysis, monitoring, and reporting.
5. Proximity to Centers to support field activities.
Capability packages must be submitted electronically, via e-mail, to Daniel Heggen, NASA Contracting Officer, at the following email address: daniel.j.heggen@nasa.gov on or before the Response Date. NASA/KSC will review all responses that comply with the submission instructions using the following criteria: breadth, depth and relevancy of experience as it relates to the work described above.
Points of Contact
Name: Daniel Heggen
Title: NASA Contracting Officer
Phone: 321.867.7807
Email: daniel.j.heggen@nasa.gov
Name: Randy Gumke
Title: NASA Contracting Officer
Phone: 321.867.3322
Fax: 321.867.1166
Email: randall.a.gumke@nasa.gov
Attachments/Links
Contact Information
Contracting Office Address
- KENNEDY SPACE CENTER FL 32899-0001
- KENNEDY SPACE CENTER , FL 32899
- USA
Primary Point of Contact
- Daniel Heggen
- daniel.j.heggen@nasa.gov
- Phone Number 321-867-7807
Secondary Point of Contact
- Randall A. Gumke
- randall.a.gumke@nasa.gov
- Phone Number 321-867-3322
History
- Apr 14, 2022 11:55 pm EDTSources Sought (Updated)
- Mar 15, 2022 08:21 am EDTSources Sought (Original)