Search Contract Opportunities

PFAS Soil Treatment and Disposal, Eielson Air Force Base, Alaska   5

ID: W911KB22R0030 • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

PFAS Soil Treatment and Disposal, Eielson Air Force Base, ALASKA

Sources Sought #: W911KB-22-R-0030

Procurement Type: Sources Sought Notice

Date Posted: 20 March 2022

Title: PFAS Soil Treatment and Disposal, Eielson Air Force Base, AK

Classification Code: F108 - ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION

NAICS Code: 562910 Environmental Remediation Services

Size Standard: 750 Employees

Is this a Recovery and Reinvestment Act Action: No

Response Date: 12 April 2022, 2:00 PM Alaska Time

Primary Point of Contact: Kimberly Tripp, kimberly.d.tripp@usace.army.mil

Description:

THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. The US Army Corps of Engineers is conducting market research to facilitate a determination of acquisition strategy. The determination of acquisition strategy for this acquisition lies solely with the government and will be based on this market research and information available to the government from other sources. The US Army Corps of Engineers, Alaska District, is conducting this market research to identify firms which have the capability to perform the following work:

Project Information:

The general objectives of this Performance Work Statement (PWS) are to: Treat and dispose of approximately 131,000 cubic yards of stockpiled Per-and Polyfluoroalkyl Substances (PFAS) contaminated soil resulting from construction associated with eight (8) separate F-35 construction projects at Eielson Air Force Base (EAFB). Soil treatment shall be conducted on site using Soil Washing (SW). Ultimately the contractor shall be responsible for ensuring the entire awarded volume of soil is treated to meet the target cleanup levels (TCLs, 18 AAC 75.341 Table B1, Migration to Groundwater) or disposed. Disposal of residual soil not meeting TCLs after SW may occur at a permitted RCRA Subtitle C or D landfill with a leachate collection system or at an EPA approved Class I Underground Injection Control (UIC) facility. SW has been demonstrated to be successful at separating the soil fractions and ensuring that the sand and gravel components achieved the TCLs. Significant uncertainty exists regarding the ability to achieve TCLs in the finer grained soil fraction (the fines account for approximately 22% of the total soil volume), which may require disposal.

Post-treatment confirmation sampling will be required to verify compliance with applicable cleanup levels. Treated soil will be placed at an approved location on the installation.

Estimated Range of Magnitude: $25,000,000 to $50,000,000

Estimated Duration: Not to exceed Five (5) years

This requirement is a performance-based services acquisition. EAFB was added to the National Priority List (NPL) in 1989 and has a Federal Facility Agreement (FFA) signed in 1991. Regulatory oversight at EAFB is provided by the US Environmental Protection Agency Region 10 and Alaska Department of Environmental Conservation (ADEC). A comprehensive report detailing the results of chemical sampling and soil physical property evaluation, for the various soil stockpiles, has been finalized (available at https://ar.afcec-cloud.af.mil/) and will be provided as Government Furnished Information (GFI) with the Request for Proposal (RFP).

The contractor shall furnish all labor, management, facilities, supplies, equipment, transportation, and material, and do all things necessary for, or incidental to, performance of the work as set forth above. The contractor shall furnish to the Government reports and other data together with supporting material developed during the period of performance. All materials furnished by the contractor to the Government shall conform to the standards and requirements listed in the Alaska District Corps of Engineers Environmental Program, 2017 Manual for Electronic Deliverables (MED).

During the progression of the work, the contractor shall provide adequate professional supervision and quality control to assure the accuracy, quality, completeness, and progress of the work. The work in this PWS may be conducted in accordance with Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), Superfund Amendments and Reauthorization Act (SARA), The Toxic Substances Control Act (TSCA), Resource Conservation and Recovery Act (RCRA), Clean Air Act (CAA), and all other applicable state and federal regulations. The Contractor shall comply with the EAFB Standard Operating Procedure for Stockpiling Contaminated Soil. Nothing in this contract shall exempt the contractor from Federal, State, or local laws or regulations unless a specific exemption has been acquired.

The Contractor must have technical expertise in all phases of Hazardous, Toxic, and Radiologic Waste (HTRW) management; chemical sampling; regulatory agency coordination; design and construction of soil treatment facilities; preparing remedial action plans; waste profiling, manifesting, packaging, and transport; establishment of Data Quality Objectives (DQOs); developing/implementing sampling analysis and chemical Quality Assurance/Quality Control; drafting health and safety plans; assessment of chemical data quality and development of chemical quality assurance reports; and completing other tasks related to the treatment and disposal of PFAS contaminated soil.

Laboratories performing analyses in support of this acquisition must be accredited for each applicable analyte and test method by the Department of Defense Environmental Laboratory Accreditation Program (DoD ELAP). The project laboratory must also hold current ADEC approval for the appropriate analytes and methods. The Contractor shall ensure the laboratory makes appropriate documentation available to the Government Chemist/Quality Assurance Manager. The Contractor shall comply with the Environmental Restoration Program Information Management System (ERPIMS) data deliverable requirements for all field-derived data/information supported by ERPIMS data structure.

The applicable North American Industry Classification System (NAICS) code is 562910, Environmental Remediation Services, and the related small business size standard is 750 Employees. THIS IS A SOURCES SOUGHT OPEN TO ALL QUALIFIED PRIME CONTRACTOR FIRMS (Large and Small Businesses under NAICS 562910). All interested firms are encouraged to respond to this announcement no later than 12 April 2022, by 2:00 PM Alaska Standard Time, by submitting all requested documentation listed below to: US Army Corps of Engineers, Alaska District, ATTN: CEPOA-CT (Tripp), PO Box 6898, JBER, AK 99506-0898 or via email to kimberly.d.tripp@usace.army.mil or valerie.tuinei-flora@usace.army.mil

Interested firms should submit a capabilities package (not exceeding 5 pages) demonstrating the ability to perform the work listed above. Packages should include the following information:

(1) Business name, address, point of contact including email address, and business size under NAICS 562910;

(2) Identification of business type (i.e., Large Business, Small Business, HUBZone, SDVOSB, 8(a), Woman Owned Small Business, etc.);

(3) CAGE Code;

(4) Demonstration of the firm's experience as a prime contractor on projects of similar type and complexity within the past five (5) years. List actual projects completed and include project title and location, a brief description of the project to include dollar amount of the project, and work that was self-performed; and

(5) Demonstration of the firm's experience conducting Soil Washing or other contaminated soil treatment process. List actual projects (including field trials and technology demonstrations) and include project title and location, a brief description of the project to include dollar amount of the project, volume of soil treated, contaminants of concern, cleanup level, role in project, and identify work that was self-performed.

Responsible sources demonstrating relevant experience and the capabilities to perform the work will be considered in determining if this acquistion should be set-aside for small business or a specific small business sub-category. System for Award Management (SAM), as required by FAR 4.1102 and 4.1201, will apply to this procurement. Prospective contractors must be registered prior to award. Lack of registration in the SAM database will make an offeror ineligible for award of any potential contract. Information on SAM registration can be obtained via the Internet at: https://www.sam.gov/SAM/pages/public/index.jsf.

Place of Contract Performance:

Eielson Air Force Base, Alaska

Overview

Response Deadline
April 12, 2022, 6:00 p.m. EDT Past Due
Posted
March 21, 2022, 12:38 a.m. EDT
Set Aside
None
Place of Performance
Eielson AFB, AK United States
Source
SAM

Current SBA Size Standard
$25 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
35%
Signs of Shaping
65% of similar contracts within the Department of the Army had a set-aside.
On 3/21/22 USACE Alaska District issued Sources Sought W911KB22R0030 for PFAS Soil Treatment and Disposal, Eielson Air Force Base, Alaska due 4/12/22. The opportunity was issued full & open with NAICS 562910 and PSC F108.
Primary Contact
Name
Kimberly D. Tripp   Profile
Phone
(907) 753-5690

Secondary Contact

Name
Valerie Tuinei-Flora   Profile
Phone
(907) 753-2836

Documents

Posted documents for Sources Sought W911KB22R0030

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought W911KB22R0030

Award Notifications

Agency published notification of awards for Sources Sought W911KB22R0030

Contract Awards

Prime contracts awarded through Sources Sought W911KB22R0030

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W911KB22R0030

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W911KB22R0030

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > POD > W2SN ENDIST ALASKA
FPDS Organization Code
2100-W911KB
Source Organization Code
100513801
Last Updated
March 21, 2022
Last Updated By
kimberly.d.tripp.civ@mail.mil
Archive Date
March 21, 2022