Federal Business Opportunities (FedBizOpps) Update

Notices for December 8-14, 2014

This update contains summaries of procurement notices issued between December 8-14, 2014 that pertain to hazardous waste, investigation and cleanup of environmental contamination, and related environmental topics. However, it does not necessarily contain EVERY notice on these topics.

If you would like to search for additional current and archived notices, or receive notification of solicitation amendments, please visit the FedBizOpps web site.

C--EM LOS ALAMOS LEGACY CLEANUP COMPLETION PROJECT - SCOPE REQUIREMENTS PLANNING (SRCSGT) SOL: DE-SOL-0007708 DUE: 122314 POC: Travis D. Marshall, [email protected]. WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DOE/PAM/HQ/DE-SOL-0007708/listing.html NAICS: 541330. This is a request for information only. No solicitation is available. The U.S. Department of Energy, Office of Environmental Management (EM) is currently in the acquisition planning phase for a potential upcoming EM procurement at the Los Alamos National Laboratory (LANL). THE PURPOSE OF THIS RFI IS TO SOLICIT INTERESTED PARTIES' INPUT FROM SMALL BUSINESS CONCERNS UNDER THE U.S. SMALL BUSINESS ADMINISTRATION'S 8(A) BUSINESS DEVELOPMENT PROGRAM, with the specialized capabilities necessary to meet all of the requirements of this Architect-Engineer-like type of work effort. Work scope would include items such Engineering Services and Environmental Consulting Services. Definitions of these categories of work can be found in Attachment A - Definitions. Within the submitted capability statements, DOE is seeking feedback from 8(a) contractors regarding their expertise and experience with successfully completing this type of work. The type of contract, period of performance, and amount of funding are yet to be determined. Current LANL contractors may not be eligible to perform the oversight responsibilities required due to inherent conflicts of interest. Interested parties are hereby invited to submit a capability statement of no more than 10 pages in no smaller than 12-point font. The Government will evaluate each capability statement based on the interested party's (and that of teaming partners when applicable) demonstrated qualifications, capabilities, expertise, experience, and past performance in each of the scope areas specified to their area of expertise. Additional information is posted at https://www.fedconnect.net/FedConnect/?doc=DE-SOL-0007708&agency=DOE. ALL CAPABILITY STATEMENTS SHALL BE SUBMITTED ELECTRONICALLY NO LATER THAN 4:00 P.M. ET ON TUESDAY, DECEMBER 23, 2014, to [email protected]. All questions pertaining to the announcement should be directed to Mr. Travis Marshall at [email protected] and/or telephone (513) 246-0103. DOE personnel may contact firms responding to this announcement to clarify a responder's capabilities and other matters as part of this market research process. CITE: https://www.fbo.gov/index?s=opportunity&mode=form&id=19e40f5f04e8719aca99cda767730591&tab=core&_cview=0 Posted: 12/10/14 SPONSOR: Department of Energy, EM Consolidated Business Center, 250 E. 5th Street, Suite 500, Cincinnati, OH 45202 PUBLICATION DATE: December 12, 2014 ISSUE: FBO-4766

B--GROUNDWATER TREATMENT SYSTEM DEMOLITION (SRCSGT) SOL: W91238-15-S-0010 DUE: 122914 POC: Krista J. O'Connor, 916-557-7792, krista.o'[email protected]. WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA05/W91238-15-S-0010/listing.html NAICS: 562910. This sources sought announcement will to be used for MARKET RESEARCH ONLY to determine the availability of firms capable of performing environmental services and support at Tooele Army Depot, North. No award will be made from this Sources Sought. No solicitation, specifications, or drawings are available at this time. All responses will be used to determine the appropriate acquisition method for a potential future acquisition. ALL SIZES OF FIRMS ARE ENCOURAGED TO RESPOND. This would be a regional requirement, with some requirements falling outside South Pacific Division (SPD) boundaries. The SPD includes both military boundaries (CA, NV, UT, and AZ) and civil works boundaries (CA, NV, AZ, UT, NM, and portions of OR, ID, TX, CO and WY). PROJECT DESCRIPTION: Groundwater Treatment System Demolition -- Tooele Army Depot-North (TEAD-N) operated a large (~10,000 gpm) groundwater extraction, treatment, and injection system from approximately 1994-2004. The system has been determined to be ineffective and unnecessary and is no longer needed per TEAD-N's RCRA Post-Closure Permit, modified and approved July 28, 2014. The plant shall be decommissioned in accordance with Utah Administrative Code R315-8-7 and Module VI.B of the Permit. The most challenging aspect of this project is the scale of the system with the large capacity of the treatment system equipment, the miles of piping, and the depth of the wells (typically 250-350 ft bgs) all contributing to the difficulty and cost of the work. Potential offerors having the skills and capabilities necessary to perform the described project are invited to provide feedback, and/or questions regarding this project directly via email to the Contracting Officer, [email protected]. All capability responses are due in HARD COPY ONLY to the US Army Corps of Engineers, Sacramento District, ATTENTION: Donna S. Hammock, 1325 J. Street, Room 878, Sacramento, CA 95814-2922. SUBMIT RESPONSES NO LATER THAN 3:30 PM PT ON OR BEFORE DECEMBER 29, 2014. CITE: https://www.fbo.gov/index?s=opportunity&mode=form&id=1ddf5647f20c70c3649f71ac402dc6c2&tab=core&_cview=0 Posted: 12/12/14 SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814 PUBLICATION DATE: December 14, 2014 ISSUE: FBO-4768

J--SOLVENT TANK RECYCLING SERVICES (SRCSGT) SOL: W911RX-15-T-0002 DUE: 123114 POC: Reece Hockstedler, 785-239-4903, [email protected]. WEB: FBO.gov Permalink at https://www.fbo.gov/notices/589a532e885245d060f0262432adeaf0 NAICS: 811310. The Army is issuing this sources-sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for Solvent Tank Service. A continuing need is anticipated for the Solvent Tank Service which is currently being fulfilled through W911RX-11-F-0011. The purpose of this notice is to conduct market research to determine if capable, interested sources exist to assist in determining if this effort can be set-aside for small business (to include 8(a) Business Development Program participants, Historically Underutilized Business Zone (HUBZone) small business concerns, Service disabled veteran-owned (SDVOSB), and Women-owned small businesses (WOSB)), and to improve the Army's approach to acquiring the identified services. The result of this market research will contribute to determining the method of procurement. The applicable NAICS code assigned to this procurement is 811310.The contractor shall provide the general solvent recycling services at various locations on Fort Riley. Contractor will collect, transport, treat, recycle and/or dispose of streams of waste material generated at the Government's locations. The contractor shall, without additional expense to the Government, obtain any necessary licenses and/or permits, and comply with any and all applicable federal, state, local, and municipal laws, codes, and regulations that pertain to the recycling effort, handling, transportation, and disposal of all identifiable hazardous and nonhazardous wastes covered under the bid schedule. The contractor shall provide circulating parts cleaners that conform to the Underwriters Laboratory (UL) and Factory Mutual (FM) standards. Additional information is provided at https://acquisition.army.mil/asfi/synopsis_attach_viewer.cfm?psolicitationnbr=W911RX-15-T-0002&pseqnbr=500241&pnot_type=SRCSGT. Interested parties who consider themselves qualified to perform the required services are invited to submit a response to this Sources Sought Notice. RESPONSES MUST BE RECEIVED NO LATER THAN 31 DECEMBER 2014, via email to [email protected]. Submit questions concerning this opportunity to Reece Hockstedler at 785-239-4903. CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=589a532e885245d060f0262432adeaf0&tab=core&_cview=1 Posted: 12/12/14

Federal Business Opportunities (FedBizOpps) Update 1 of 6 clu-in.org/newsletters Notices for December 8-14, 2014 SPONSOR: Department of the Army, Army Contracting Command, MICC - Fort Riley, 1792 12th Street, Fort Riley, KS 66442 PUBLICATION DATE: December 14, 2014 ISSUE: FBO-4768

ENVIRONMENTAL COMPLIANCE EVALUATION PROGRAM SUPPORT (SRCSGT) SOL: M00264-15-RFI-0114 DUE: 010515 POC: Curtis W. Harris, Contract Specialist, [email protected], 703-432-1782, Fax: 7037843592. WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DON/USMC/M00264/M00264-15-RFI-0114/listing.html NAICS: 541330. The purpose of this Request for Information (RFI) is to conduct market research for use in formulating an acquisition strategy to support the Marine Corps' requirement to provide support services for the USMC Environmental Compliance Evaluation Program. The USMC Environmental Compliance Evaluation Program developed from the Marine Corps' commitment to evaluate the implementation of applicable executive orders, directives, and regulations pertaining to environmental compliance and management. The qualifying NAICS code for this effort is 541330. Core objectives to be accomplished: *Conduct Active Installation ECEs including evaluation of the installation Environmental Management System (EMS). There are 23 installations that are evaluated over the course of a three year period. *Facilitate USMC transition to The Environmental Assessment Manual (TEAM) Guide checklists and Web Compliance Assessment and Sustainment System (WEBCASS), and provide corrections to checklists applicable to the USMC to include USMC policy and EMS checklists. *Draft the HQMC/Auditor Review response to the installations' Plan of Action and Milestones (POA&Ms) within WEBCASS. *Conduct HQMC-level EMS audit and assist in development/revision of HQMC EMS documentation. *Provide HQMC-level trends analysis on ECE findings and root cause analysis. Responses to this RFI shall not exceed 10 pages, including cover letter, discussion, and contact information. RESPONSE IS DUE BY 10:00 AM ET ON MONDAY, JANUARY 5, 2015. Please submit email responses to Curtis Harris at [email protected]. No solicitation document exists at this time. CITE: https://www.fbo.gov/index?s=opportunity&mode=form&id=30ab84975a2eae1c90f866e432a32da1&tab=core&_cview=0 Posted: 12/08/14 SPONSOR: Department of the Navy, United States Marine Corps, MCB Quantico - National Capital Region (NCR), 2010 Henderson Road, Quantico, Virginia 22134-5045 PUBLICATION DATE: December 10, 2014 ISSUE: FBO-4764

FY 2015 DOE OFFICE OF ENVIRONMENTAL MANAGEMENT (DOE-EM) MINORITY SERVING INSTITUTIONS PARTNERSHIP PROGRAM (MSIPP) (SRCSGT) SOL: 0000208693 DUE: 010915 POC: Susan H. Goodwin, Procurement Representative, [email protected], 803-952-6080. WEB: FBO.gov Permalink at https://www.fbo.gov/notices/9bd124b03fbbf6d91f3407f11c871f2e NAICS: 541712. This sources sought notice solicits an Expression of Interest (EOI) from any eligible institution interested in submitting proposals for financial assistance for applied research and related activities in STEM that support defined DOE-EM research and development needs. ANY QUESTIONS REGARDING THE EOI ARE TO BE SUBMITTED VIA EMAIL NO LATER THAN 2:00 PM ET, JANUARY 2, 2015. Savannah River National Laboratory solicits EOIs from minority-serving institutions (MSIs) seeking financial assistance for applied research and related activities in science, technology, engineering, and mathematics (STEM) that support defined DOE-EM research and development needs. MSIs are defined by the U.S. Department of Education as institutions of higher education enrolling populations with significant percentages of minority students, or that serve certain populations of minority students under various programs created by Congress. Eligible MSIs interested in submitting a proposal for financial assistance for applied research and related STEM activities on the identified Sub-Program Priority Areas and Research Needs must RESPOND VIA EMAIL WITH A LETTER OF INTEREST BY JANUARY 9, 2015, to [email protected]. Eligible institutions that respond with a Letter of Interest will be provided with a Request for Proposal. Program descriptions are given in the notice at FBO.gov to provide more in-depth information on the Deactivation and Decommissioning and the Site Restoration STEM areas of interest to DOE-EM. CITE: https://www.fbo.gov/index?s=opportunity&mode=form&tab=core&id=9bd124b03fbbf6d91f3407f11c871f2e Posted: 12/09/14 SPONSOR: Department of Energy, Savannah River Nuclear Solutions, LLC, Savannah River Site, Bldg 730-2B, Aiken, South Carolina 29808 PUBLICATION DATE: December 11, 2014 ISSUE: FBO-4765

AGNOSTIC COMPACT DEMILITARIZATION OF CHEMICAL AGENTS (ACDC) (PRESOL) SOL: DARPA-BAA-15-12 DUE: 011315 POC: BAA Coordinator, [email protected]. WEB: FBO.gov Permalink at https://www.fbo.gov/spg/ODA/DARPA/CMO/DARPA-BAA-15-12/listing.html NAICS: 541710. Through this Broad Agency Announcement, DARPA is soliciting innovative research proposals to develop prototype systems for agnostic conversion of chemical warfare agents to inert material. Destroying bulk stores of Chemical Warfare Agents (CWAs) and their organic precursors abroad is a significant challenge for the international community. Current approaches such as hydrolysis, incineration and supercritical water oxidation (SCWO) to process CWAs and precursor chemicals have a number of shortcomings: 1) they are not truly agnostic due to limitations with the chemistry and/or materials of construction; 2) due to their large size, they require transport of the agent from the storage site to the neutralization site; and 3) approaches such as hydrolysis and SCWO require consumables (e.g., water), which must be supplied locally and produce significant amounts of hazardous waste that require further processing. In the Agnostic Compact Demilitarization of Chemical Agents (ACDC) program, DARPA will develop new technologies to address these shortcomings. The overarching objective of ACDC is to realize a transportable, agnostic prototype system that converts =99.9999% of any halogenated or non-halogenated organic compound into constitutive oxides (e.g., SOx, POx, NOx) and stable alkaline or alkaline earth metal salts (or another demonstrated safe form) with minimal consumables and no hazardous waste output. Proposers are highly encouraged to submit an abstract that provides a synopsis of the proposed project in advance of a full proposal to minimize effort and reduce the potential expense of preparing an out-of-scope proposal. The abstract must include brief answers to 4 questions. DARPA will respond to abstracts within 30 calendar days with a statement as to whether DARPA is interested in the idea. ABSTRACTS ARE DUE BY 4:00 PM ET, JANUARY 13, 2015. FULL PROPOSALS WILL BE DUE BY 4:00 PM ET, MARCH 2, 2015. Multiple awards are anticipated. See the DSO Solicitation Website -- http://www.darpa.mil/Opportunities/Solicitations/DSO_Solicitations.aspx -- for FAQs regarding this opportunity. CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=7cee077038e1ef5968ae5122abe5473b&tab=core&_cview=1 Posted: 12/10/14 SPONSOR: Defense Advanced Research Projects Agency, 675 North Randolph Street, Arlington, VA 22203 PUBLICATION DATE: December 12, 2014 ISSUE: FBO-4766

PARADOX VALLEY UNIT (SRCSGT) SOL: R15PS00171 DUE: 021315 POC: Leslie Corpening, [email protected]. WEB: FBO.gov Permalink at https://www.fbo.gov/notices/21c4d0909e8d429510004a5f02fc2164 NAICS: 541620. The Bureau of Reclamation, a water management agency within the Department of the Interior, announces the availability of a Request for Information. Reclamation is seeking interest from any entity or entities interested in developing marketable commercial products from brine or for the disposal and long-term storage of brine and/or associated byproducts for the existing Paradox Valley Unit of the Colorado River Basin Salinity Control Program, located in Western Colorado near Bedrock, Colorado. Disposal includes the disposal of brine, remaining salts, or other waste streams in permitted landfill operations, the production and sale of marketable brine or byproducts, or other similar permitted disposal methods subject to local, state and federal laws. Portions of adjacent federal lands could be made available for treatment and temporary short-term storage. This RFI is not subject to the Federal Acquisition Regulation. This RFI is issued solely for information and planning purposes; it does not constitute an RFP or any promise to issue an RFP. TO BE ASSURED CONSIDERATION, ALL STATEMENTS OF INTEREST SHALL BE SUBMITTED VIA EMAIL AND RECEIVED ON OR BEFORE FEBRUARY 13, 2015, [email protected] . Questions regarding this RFI will be accepted via email at [email protected] or [email protected]. An email acknowledgement of receipt will be provided. Answers will be posted on FBO.gov to make them available to

Federal Business Opportunities (FedBizOpps) Update 2 of 6 clu-in.org/newsletters Notices for December 8-14, 2014 [email protected]. An email acknowledgement of receipt will be provided. Answers will be posted on FBO.gov to make them available to all interested parties. CITE: https://www.fbo.gov/index?s=opportunity&mode=form&id=21c4d0909e8d429510004a5f02fc2164&tab=core&_cview=0 Posted: 12/09/14 SPONSOR: Department of the Interior, Bureau of Reclamation, Upper Colorado Region, Regional Office, 125 South State Street, Room 8100, Salt Lake City, UT 84138 PUBLICATION DATE: December 11, 2014 ISSUE: FBO-4765

99--ARCHITECT-ENGINEER MISCELLANEOUS ENVIRONMENTAL ENGINEERING AND OCCUPATIONALHEALTH SERVICES (PRESOL) SOL: NNM10AA17C-4200534455 POC: Bobby J. Holden, Contract Specialist, 256-544-5417, Fax: 256-544-9354, [email protected]; Sherry K Fenn, Contracting Officer, 256-544-0285, Fax: 256-544-8353, [email protected]. WEB: FBO.gov Permalink at https://www.fbo.gov/spg/NASA/GMSFC/POVA/NNM10AA17C-4200534455/listing.html NAICS: 541330. NASA/MSFC has a requirement for continued support of Architect-Engineer (A/E) Miscellaneous Environmental Engineering and Occupational Health Services at Santa Susana Field Laboratory (SSFL) located in California, Marshall Space Flight Center (MSFC), Alabama, and other NASA centers and installations under the current contract which provides engineers with environmental compliance experience, professionals with experience in CERCLA or RCRA investigation/cleanup, natural resources specialists, cultural resources specialists, chemists, risk assessors, community relations specialists, and hydrogeologists. Registered, licensed professionals will oversee all work under this contract and will stamp all prepared documents. These activities emphasize supporting the missions of MSFC, SSFL and other NASA installations in a safe, reliable, and timely manner. The A/E contract is a firm-fixed-price ID/IQ contract. It is recommended this action be accomplished through a 2-year extension to the A/E contract with CH2M Hill, Inc. NASA/MSFC intends to extend the period of performance of the current contract from May 31, 2015, through May 31, 2017, and increase the ID/IQ contract ceiling by $35M. IT IS ANTICIPATED THAT THE RECOMPETITION FOR THIS PROCUREMENT WILL BEGIN JUNE 1, 2016. Approval of this action will allow for continuation and stability of these services to ensure that mission-critical environmental engineering and occupational health services goals are met. There is significant risk that the schedule will not be met should there be a disruption in the services CH2M is providing or if a contract transition occurs prior to NASA satisfying the cleanup requirements, which are scheduled to be completed by May 2017. No other source is capable of completing the tasks discussed above in the timeframe specified. This synopsis is for information only due to the nature of the environmental remediation effort ongoing at SSFL. CITE: https://www.fbo.gov/index?s=opportunity&mode=form&id=fcdd3a711ad0afafb7d1529afacd53ed&tab=core&_cview=0 Posted: 12/11/14 SPONSOR: National Aeronautics and Space Administration, Procurement Office, Marshall Space Flight Center, AL 35812 PUBLICATION DATE: December 13, 2014 ISSUE: FBO-4767

B--SERVICES TO EVALUATE THE ENVIRONS OF PSNS AND IMF FOR RADIOACTIVITY THROUGH A SYSTEMATIC ENVIRONMENTAL MONITORING PROGRAM. (PRESOL) SOL: N0040615R5008 POC: Kacy Patton, 360-476-2957, [email protected], Fax: 360-476-4656. WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DON/NAVSUP/N00406/N0040615R5008/listing.html NAICS: 541380. The Fleet Logistics Center Puget Sound (FLCPS) has a requirement in support of Puget Sound Naval Shipyard for the procurement of services to evaluate the environs of Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Naval Base Kitsap Bremerton and Naval Base Kitsap Bangor, for radioactivity through a systematic environmental monitoring program. The proposed contract action is for noncommercial services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. FLCPS intends to purchase the services on a sole source basis from Washington State Department of Health in accordance with the Revised Code of Washington RCW 70.98.050. The acquisition will be solicited using FAR part 15, anticipating award of a firm-fixed-price services type contract. This solicitation and any subsequent amendments will be posted to the NECO website at https://www.neco.navy.mil. THE ANTICIPATED POSTING DATE OF THE SOLICITATION IS ON OR ABOUT 24 DEC 2014 WITH A CLOSING ON 23 JAN 2015. Complete performance work statement to be included in the solicitation. Prospective offerors are responsible for downloading their own copy of the solicitation from this website and for frequently monitoring that site for any amendments. The Government is not responsible for any inability of the offerors to access the posted documents. Prospective offerors should register themselves on the NECO website. No telephone or FAX requests will be accepted, and no hard-copy solicitation/amendment will be mailed or faxed. ALL RESPONSIBLE SOURCES MAY SUBMIT A BID, PROPOSAL, OR QUOTATION which shall be considered by FLCPS. CITE: https://www.fbo.gov/index?s=opportunity&mode=form&id=a71de0b8d1f6e5a607e9af7e6ccc4d37&tab=core&_cview=0 Posted: 12/08/14 SPONSOR: Department of the Navy, Naval Supply Systems Command, N00406 NAVSUP Fleet Logistics Center, Puget Sound, 467 W. Street, Bremerton, WA PUBLICATION DATE: December 10, 2014 ISSUE: FBO-4764

B--WATER SECURITY MISSION SUPPORT (PRESOL) SOL: SOL-CI-14-00013 POC: Donna Reinhart, [email protected]. WEB: FBO.gov Permalink at https://www.fbo.gov/spg/EPA/OAM/OH/SOL-CI-14-00013/listing.html NAICS: 541620. The United States Environmental Protection Agency (EPA) has a requirement to provide Mission Support for the Office of Water (OW), Office of Groundwater and Drinking Water (OGWDW), Water Security Division (WSD). With the Nation under continuing threat from those who seek to harm it, EPA has the responsibility of protecting the environment from terrorist acts. In addition, the WSD has responsibilities of an "all hazards" approach to protecting the Nation's water supply in the event of natural disasters, such as floods, hurricanes, climate changes, chemical security issues, and pandemic illnesses. Guidance concerning responsibilities and programmatic requirements of WSD is available via the Web at www.epa.gov/watersecurity. All primary information concerning the future procurement, including the proposed DRAFT performance work statement, can be located through the search interface at https://www.fedconnect.net/. The contractor shall provide technical, regulatory, analytical, research and developmental, logistical, and informational technology support to EPA in its efforts supporting the all-hazards approach to water security responsibilities. The successful contractor shall provide all necessary labor, materials, and services in support of the efforts. EPA anticipates the contract will be a cost-plus-fixed-fee, level-of-effort, work assignment type contract for a period of 12 months, including four 12-month option periods. The base period will include 80,000 hours, and increased quantity options will be at 70,000 hours per period. The successful contractor is responsible for having in place the appropriate facility clearance indicated on the Department of Defense, Contract Security Classification Specification (DD 254) form. The clearance is required at time of proposal submission. The proposed RFP clearance level required for the facility is Secret, and the required level of safeguarding is also Secret. The DD 254 clearance information is provided and will be issued with the RFP. Significant potential exists for an organizational conflict of interest (COI) under any resulting procurement; therefore, for informational purposes, areas of concern are identified. THE ANTICIPATED SOLICITATION RELEASE DATE IS MIDDLE JANUARY 2015, and the close date shall be approximately 30 days thereafter. THE SOLICITATION WILL BE ISSUED ON A FULL AND OPEN COMPETITIVE BASIS. Notices of any modifications to this FBO procurement announcement, including Requests for Proposals and amendments, will be posted using the FedConnect Web portal. The applicable NAICS code is 541620 with a size standard of $14 million. Contract award will be made in accordance with FAR Part 15- Contracting by Negotiation. The point of contact is Donna Reinhart at (513)487-2114, [email protected]. CITE: https://www.fbo.gov/index?s=opportunity&mode=form&id=f22d509f9c4f1b561d29df04a238116a&tab=core&_cview=0 Posted: 12/09/14 SPONSOR: Environmental Protection Agency, Office of Acquisition Management, EPA/Ohio, Procurement Operations Division, 26 West Martin Luther King Drive, Cincinnati, OH 45268 PUBLICATION DATE: December 11, 2014 ISSUE: FBO-4765

C--NOTICE OF INTENT FOR W912WJ15R0019 (SNOTE) SOL: W912WJ15R0019 POC: Susan Dunnagan, 978-318-8060, [email protected]. WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ15R0019/listing.html NAICS: 541330. THIS NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. Under the authority of FAR 6.302-1, the U.S. Army Corps of

Federal Business Opportunities (FedBizOpps) Update 3 of 6 clu-in.org/newsletters Notices for December 8-14, 2014 NAICS: 541330. THIS NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. Under the authority of FAR 6.302-1, the U.S. Army Corps of Engineers intends to award, on a sole-source basis, a contract to Stone Environmental Inc. This sole-source contract is required for completion of the remaining scope of work defined in the task order listed below, issued to Stone Environmental Inc. This task order was issued under a properly synopsized and competed IDIQ contract. Prior to issuance of the task order, as a result of administrative inadvertence, an option to extend the IDIQ contract was not timely exercised. This task order was within the scope, within the maximum value of the IDIQ contract, and within the potential period of performance of the IDIQ contract had the option been exercised timely. In the interest of transparency, in an abundance of caution, and to prevent any continued actual or apparent irregularities, the Government is pursuing the action identified herein to correct an internal administrative mistake. -- Contract No. W912WJ-11-D-0001, Task Order No. 0004: Ft. Feasibility Study, Proposed Plan and Decision Document former Lyndonville Air Force Station East Haven, Vermont -- The work will consist of conducting a Feasibility Study, Proposed Plan and Decision Document activities in accordance with CERCLA. All responsible sources may submit a response, which, if timely received, will be considered by the agency. This notice of intent is not a request for competitive proposals. It is a MARKET RESEARCH TOOL being used to determine the availability of other qualified sources that can meet the requirements identified above. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice of intent. All responses received within 10 days of the posting of this notice (i.e., by December 19) will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Submit any inquiries within 10 days of the posting of the notice of intent via email to [email protected]. CITE: https://www.fbo.gov/index?s=opportunity&mode=form&id=19ad0104f3348ef9e94a8c298c2f731f&tab=core&_cview=0 Posted: 12/09/14 SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE District, , 696 Virginia Road, Concord, MA 01742-2751 PUBLICATION DATE: December 11, 2014 ISSUE: FBO-4765

C--NOTICE OF INTENT FOR W912WJ15R0020 (SNOTE) SOL: W912WJ15R0020 POC: Susan Dunnagan, 978-318-8060, [email protected]. WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ15R0020/listing.html NAICS: 562910. THIS IS FOR INFORMATIONAL PURPOSES ONLY. Under the authority of FAR 6.302-1, the U.S. Army Corps of Engineers intends to award, on a sole-source basis, a contract to Sovereign Consulting Inc. This sole-source contract is required for completion of the remaining scope of work defined in the task order listed below, issued to Sovereign Consulting Inc. This task order was issued under a properly synopsized and competed IDIQ contract. Prior to issuance of the task order, as a result of administrative inadvertence, an option to extend the IDIQ contract was not timely exercised. This task order was within the scope, within the maximum value of the IDIQ contract, and within the potential period of performance of the IDIQ contract had the option been exercised timely. In the interest of transparency, in an abundance of caution, and to prevent any continued actual or apparent irregularities, the Government is pursuing the action identified herein to correct an internal administrative mistake. Contract No. W912WJ-10-D-0003 -- Task Order No. 0007: REMOVAL ACTION AT THE MARKLEY RANGE, and IMPLEMENTATION OF LAND USE CONTROLS AT THE GRANT HOUSING AREA, AND THE 37-MM IMPACT AREA, FORMER ARMY INSTALLATION, DEVENS, MA -- All responsible sources may submit a response, which, if timely received, will be considered by the agency. This notice of intent is not a request for competitive proposals. It is a MARKET RESEARCH TOOL being used to determine the availability of other qualified sources that can meet the requirements identified above. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice of intent. All responses received within 10 days of the posting of this notice will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Submit any inquiries within 10 days of the posting of the notice of intent (i.e., by December 19) via email to [email protected] CITE: https://www.fbo.gov/index?s=opportunity&mode=form&id=2c0fcbbab31551e22cce68e41ca4ac73&tab=core&_cview=0 Posted: 12/09/14 SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE District, New England, 696 Virginia Road, Concord, MA 01742-2751 PUBLICATION DATE: December 11, 2014 ISSUE: FBO-4765

C--NOTICE OF INTENT FOR W912WJ15R0021 (SNOTE) SOL: W912WJ15R0021 POC: Susan Dunnagan, 978-318-8060, [email protected]. WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ15R0021/listing.html NAICS: 562910. THIS NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. Under the authority of FAR 6.302-1, the U.S. Army Corps of Engineers intends to award, on a sole-source basis, a contract to Sovereign Consulting Inc. This sole-source contract is required for completion of the remaining scope of work defined in the task order listed below, issued to Sovereign Consulting Inc. This task order was issued under a properly synopsized and competed IDIQ contract. Prior to issuance of the task order, as a result of administrative inadvertence, an option to extend the IDIQ contract was not timely exercised. This task order was within the scope, within the maximum value of the IDIQ contract, and within the potential period of performance of the IDIQ contract had the option been exercised timely. In the interest of transparency, in an abundance of caution, and to prevent any continued actual or apparent irregularities, the Government is pursuing the action identified herein to correct internal an administrative mistake. -- Contract No. W912WJ-10-D-0003, Task Order No. 0009: OPERATIONS AND LONG-TERM MONITORING, MOORE ARMY AIRFIELD, AOC 50 FORMER FORT DEVENS ARMY INSTALLATION, DEVENS, MA -- The work will consist of coordination of project activities, provide monthly status reports, revise project specific work plans. All responsible sources may submit a response, which, if timely received, will be considered by the agency. This notice of intent is not a request for competitive proposals: It is a MARKET RESEARCH TOOL being used to determine the availability of other qualified sources that can meet the requirements identified above. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice of intent. All responses received within 10 days of the posting of this notice [i.e., by December 19] will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Submit any inquiries within 10 days of the posting of the notice of intent via email to [email protected]. CITE: https://www.fbo.gov/index?s=opportunity&mode=form&id=f59584e91afb25c276891373c7f32a48&tab=core&_cview=0 Posted: 12/09/14 SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE District, New England, 696 Virginia Road, Concord, MA 01742-2751 PUBLICATION DATE: December 11, 2014 ISSUE: FBO-4765

F--NOTICE OF INTENT FOR W912WJ15R0022 (SNOTE) SOL: W912WJ15R0022 POC: Alysha MacDonald, 978-318-8715, [email protected]. WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ15R0022/listing.html NAICS: 562910. THIS NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. Under the authority of FAR 6.302-1, the U.S. Army Corps of Engineers intends to award, on a sole-source basis, a contract to H&S Environmental, Inc. This sole-source contract is required for completion of the remaining scope of work defined in the task order listed below, issued to H&S Environmental, Inc. This task order was issued under a properly synopsized and competed IDIQ contract. Prior to issuance of the task order, as a result of administrative inadvertence, an option to extend the IDIQ contract was not timely exercised. This task order was within the scope, within the maximum value of the IDIQ contract, and within the potential period of performance of the IDIQ contract had the option been exercised timely. In the interest of transparency, in an abundance of caution, and to prevent any continued actual or apparent irregularities, the Government is pursuing the action identified herein to correct an internal administrative mistake. -- Contract No. W912WJ-11-D-0010, Task Order No. 0003: Soil Excavation and Disposal at Small Arms Ranges at -- The work is to complete remediation activities at the Small Arms Ranges Operable Unit to facilitate site closure with EPA and Mass DEP. Complete remediation activities, including site survey, vegetation clearance, soil removal and disposal, confirmatory sampling, and site restoration at Small Arms Ranges at

Federal Business Opportunities (FedBizOpps) Update 4 of 6 clu-in.org/newsletters Notices for December 8-14, 2014 vegetation clearance, soil removal and disposal, confirmatory sampling, and site restoration at Small Arms Ranges at Camp Edwards within Joint Base Cape Cod. The ranges are contaminated with metals, including tungsten, lead, antimony, and chromium. All responsible sources may submit a response, which, if timely received, will be considered by the agency. This notice of intent is not a request for competitive proposals; It is a MARKET RESEARCH TOOL being used to determine the availability of other qualified sources that can meet the requirements identified above. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice of intent. All responses received within 10 days of the posting of this notice [i.e., by December 19], will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Submit any inquiries within 10 days of the posting of the notice of intent via email to [email protected]. CITE: https://www.fbo.gov/index?s=opportunity&mode=form&id=271f7c5b7e934dcd968c870c903cb252&tab=core&_cview=0 Posted: 12/10/14 SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE District, New England, 696 Virginia Road, Concord, MA 01742-2751 PUBLICATION DATE: December 12, 2014 ISSUE: FBO-4766

F--NOTICE OF INTENT FOR W912WJ15R0026 (SNOTE) SOL: W912WJ15R0026 POC: Alysha MacDonald, 978-318-8715, [email protected]. WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ15R0026/listing.html NAICS: 562910. THIS NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. Under the authority of FAR 6.302-1, the U.S. Army Corps of Engineers intends to award, on a sole source basis, a contract to Sovereign Consulting, Inc. This sole source contract is required for completion of the remaining scope of work defined in the task order listed below, issued to Sovereign Consulting, Inc. This task order was issued under a properly synopsized and competed IDIQ contract. Prior to issuance of the task order, as a result of administrative inadvertence, an option to extend the IDIQ contract was not timely exercised. This task order was within the scope, within the maximum value of the IDIQ contract, and within the potential period of performance of the IDIQ contract had the option been exercised timely. In the interest of transparency, in an abundance of caution, and to prevent any continued actual or apparent irregularities, the Government is pursuing the action identified herein to correct an internal administrative mistake. -- Contract No. W912WJ-10-D-0003, Task Order No. 0013: Supplemental Investigations, Shepley's Hill Landfill -- The work is to complete project management activities, site plan updates, O&M of the Arsenic Treatment Plant, long-term groundwater monitoring, long-term gas monitoring, landfill cap inspection and maintenance, laboratory analysis, data validation, data management, annual reporting, groundwater flow model updates, and monitor LUC performance measures for Shepley's Hill Landfill. All responsible sources may submit a response, which, if timely received, will be considered by the agency. This notice of intent is not a request for competitive proposals; It is a MARKET RESEARCH TOOL being used to determine the availability of other qualified sources that can meet the requirements identified above. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice of intent. All responses received within 10 days of the posting of this notice [i.e., by December 19], will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Submit any inquiries within 10 days of the posting of the notice of intent via email to [email protected]. CITE: https://www.fbo.gov/index?s=opportunity&mode=form&id=6c957f59eb6eb27af4566b73b4498a2d&tab=core&_cview=0 Posted: 12/10/14 SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE District, New England, 696 Virginia Road, Concord, MA 01742-2751 PUBLICATION DATE: December 12, 2014 ISSUE: FBO-4766

C--NOTICE OF INTENT FOR W912WJ15R0031 (SNOTE) SOL: W912WJ15R0031 POC: Alysha MacDonald, 978-318-8715, [email protected]. WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ15R0032/listing.html NAICS: 541330. THIS NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. Under the authority of FAR 6.302-1, the U.S. Army Corps of Engineers intends to award, on a sole source basis, a contract to FS Engineering, Inc. This sole source contract is required for completion of the remaining scope of work defined in the task order listed below, issued to FS Engineering, Inc. This task order was issued under a properly synopsized and competed IDIQ contract. Prior to issuance of the task order, as a result of administrative inadvertence, an option to extend the IDIQ contract was not timely exercised. This task order was within the scope, within the maximum value of the IDIQ contract, and within the potential period of performance of the IDIQ contract had the option been exercised timely. In the interest of transparency, in abundance of caution, and to prevent any continued actual or apparent irregularities, the Government is pursuing the action identified herein to correct internal an administrative mistake. -- Contract No. W912WJ-11-D-0004, Task Order No. 0005: GROUNDWATER MONITORING/ANALYSIS METHOD 3 RISK ASSESSSMENT RELEASE ABATEMENT MEASURE CLOSURE REPORT RESPONSE ACTION OUTCOME STATEMENT AND ACTIVITY USE LIMITATION SERVICES -- The work will consist of 8 tasks, including: Task 1- Project Management, Task 2 - Document Review and Work Plans, Task 3 - Performing Groundwater Sampling and Reports, Task 4 - MCP Method 3 Risk Assessment, Task 5 - MCP RAM Status and Closure Report, Task 6 - MCP RAO Statement, Task 7 - MCP-compliant AUL, and Task 8 - Stakeholder Meetings. All responsible sources may submit a response, which, if timely received, will be considered by the agency. This notice of intent is not a request for competitive proposals; It is a MARKET RESEARCH TOOL being used to determine the availability of other qualified sources that can meet the requirements identified above. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice of intent. All responses received within 10 days of the posting of this notice [i.e., by December 19], will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Submit any inquiries within 10 days of the posting of the notice of intent via email to [email protected]. CITE: https://www.fbo.gov/index?s=opportunity&mode=form&id=c44f76ddf57d3bf6223a5be75fb97905&tab=core&_cview=0 Posted: 12/10/14 SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE District, New England, 696 Virginia Road, Concord, MA 01742-2751 PUBLICATION DATE: December 12, 2014 ISSUE: FBO-4766

C--NOTICE OF INTENT FOR W912WJ15R0032 (SNOTE) SOL: W912WJ15R0032 POC: Alysha MacDonald, 978-318-8715, [email protected]. WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ15R0032/listing.html NAICS: 541330. THIS NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. Under the authority of FAR 6.302-1, the U.S. Army Corps of Engineers intends to award, on a sole source basis, a contract to FS Engineering, Inc. This sole source contract is required for completion of the remaining scope of work defined in the task order listed below, issued to FS Engineering, Inc. This task order was issued under a properly synopsized and competed IDIQ contract. Prior to issuance of the task order, as a result of administrative inadvertence, an option to extend the IDIQ contract was not timely exercised. This task order was within the scope, within the maximum value of the IDIQ contract, and within the potential period of performance of the IDIQ contract had the option been exercised timely. In the interest of transparency, in abundance of caution, and to prevent any continued actual or apparent irregularities, the Government is pursuing the action identified herein to correct internal an administrative mistake. -- Contract No. W912WJ-11-D-0004, Task Order No. 0006: SUPPLEMENTAL CHARACTERIZATION PHASE III EVALUATION, RESPONSE ACTION OUTCOME STATEMENT, and ACTIVITY USE LIMITATION SERVICES -- The work will consist of 5 tasks: Task 1- Project Management, Task 2 - Supplemental Nature and Extent Characterizations Evaluation Report, Task 3 - A combined Phase III Evaluation (including a Revised CSM) and RAO Statement, Task 4 - AUL, and Task 5-Stakeholder Meetings. All responsible sources may submit a response, which, if timely received, will be considered by the agency. This notice of intent is not a request for competitive proposals; It is a MARKET RESEARCH TOOL being used to determine the availability of other qualified sources that can meet the requirements identified above. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice of intent. All responses received within 10 days of the posting of this notice [i.e., by December 19], will be considered by the Government. A determination by the Government not to

Federal Business Opportunities (FedBizOpps) Update 5 of 6 clu-in.org/newsletters Notices for December 8-14, 2014 the posting of this notice [i.e., by December 19], will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Submit any inquiries within 10 days of the posting of the notice of intent via email to [email protected]. CITE: https://www.fbo.gov/index?s=opportunity&mode=form&id=f32076be8f2787137a192d0de17bb04d&tab=core&_cview=0 Posted: 12/10/14 SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE District, New England, 696 Virginia Road, Concord, MA 01742-2751 PUBLICATION DATE: December 12, 2014 ISSUE: FBO-4766

C--NOTICE OF INTENT FOR W912WJ15R0033 (SNOTE) SOL: W912WJ15R0033 POC: Alysha MacDonald, 978-318-8715, [email protected]. WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ15R0033/listing.html NAICS: 541330. THIS NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. Under the authority of FAR 6.302-1, the U.S. Army Corps of Engineers intends to award, on a sole-source basis, a contract to FS Engineering, Inc. This sole-source contract is required for completion of the remaining scope of work defined in the task order listed below, issued to FS Engineering, Inc. This task order was issued under a properly synopsized and competed IDIQ contract. Prior to issuance of the task order, as a result of administrative inadvertence, an option to extend the IDIQ contract was not timely exercised. This task order was within the scope, within the maximum value of the IDIQ contract, and within the potential period of performance of the IDIQ contract had the option been exercised timely. In the interest of transparency, in abundance of caution, and to prevent any continued actual or apparent irregularities, the Government is pursuing the action identified herein to correct internal an administrative mistake. -- Contract No. W912WJ-11-D-0004, Task Order No. 0007: REMEDIAL INVESTIGATION AND FEASIBILITY STUDY -- The work will consist of Task 1 - Project Planning, Task 1.1 - Project Management, Task 1.2 - Project Plans, Task 2 - Remedial Investigation, Task 2.1 - Groundwater Monitoring Well Installation, Task 2.2 - Direct Push Technology Soil Sampling, Task 2.3 - Groundwater Sampling/Monitoring, Task 2.4 - Laboratory Analytical Services, Task 2.5 - Remedial Investigation Report, Task 3 - Feasibility Study. All responsible sources may submit a response, which, if timely received, will be considered by the agency. This notice of intent is not a request for competitive proposals; It is a MARKET RESEARCH TOOL being used to determine the availability of other qualified sources that can meet the requirements identified above. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice of intent. All responses received within 10 days of the posting of this notice [i.e., by December 19] will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Submit any inquiries within 10 days of the posting of the notice of intent via email to [email protected]. CITE: https://www.fbo.gov/index?s=opportunity&mode=form&id=6dd756c1874952ea6930e6a9d112b622&tab=core&_cview=0 Posted: 12/10/14 SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE District, New England, 696 Virginia Road, Concord, MA 01742-2751 PUBLICATION DATE: December 12, 2014 ISSUE: FBO-4766

Federal Business Opportunities (FedBizOpps) Update 6 of 6 clu-in.org/newsletters Notices for December 8-14, 2014