Federal Business Opportunities (FedBizOpps) Update

Notices for June 24-30, 2013

This update contains summaries of notices issued between June 24-30, 2013 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.

CGC HAWSER LEAD ABATEMENT IN SUPPORT OF SCBA TCTO INSTALLATION (COMBINE) SOL: HSCG85-13-Q-P45N83 DUE: 070413 POC: Jermond M. Williamson, SK1, [email protected], 510-637-5936, Fax: 510-637-5978; Chad B. Davis, Storekeeper, [email protected], 510-637-5976, Fax: 5106375978. WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG85-13-Q-P45N83/listing.html NAICS: 562910. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. Request for Quotations number is HSCG85-13-Q-P45N83 and is issued as a request for quotations (RFQ). This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotations incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-65 dated January 29, 2013. The NAICS Code is 562910. The small business size standard is 1,000. THIS IS A TOTAL SMALL BUSINESS SET ASIDE. All responsible sources may submit proposals that will be considered by the agency. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures in accordance with FAR Part 13.5. Past performance will be used in selection of awarded vendor. The United States Coast Guard Surface Force Logistics Center has a requirement for the following service: LEAD ABATEMENT ONBOARD CGC HAWSER IN SUPPORT OF SCBA TCTO INSTATLLATION. [See the notice at FBO.gov for the list of applicable FAR clauses and attachments.] Questions and quotes shall be emailed [email protected] . Contractors are responsible for verifying receipt of quotes. QUOTATIONS SHALL BE SUBMITTED NOT LATER THAN 0900 PACIFIC TIME (9 A.M) ON JULY 4, 2013. CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=46438b8b7de49090ccff58c0995caa62&tab=core&_cview=0 Posted: 06/27/13 SPONSOR: Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC). PUBLICATION DATE: June 29, 2013 ISSUE: FBO-4235

CEILING PLENUM CLEANING (PRESOL) SOL: DE-SOL-0005751 DUE: 070513 POC: Jessica E. Leach, [email protected]. NAICS: 562910. IGF::OT::IGF The Ceiling Plenum Cleaning for the Department of Energy Oak Ridge Office potentially will involve dealing with asbestos particulates. Interested vendors must use the search interface at https://www.fedconnect.net/ to locate the solicitation details. CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=f9744b671f3654da611ec9d8bf8c898d&tab=core&_cview=0 Posted: 06/21/13 SPONSOR: Oak Ridge, U.S. Department of Energy, P.O. Box 2001, Oak Ridge, TN 37831 PUBLICATION DATE: June 23, 2013 ISSUE: FBO-4229

TOTAL ORGANIC COMPOUND ANALYZER (PRESOL) SOL: RFQ-DC-13-00082 DUE: 070513 POC: James Langan, [email protected]. WEB: FBO.gov Permalink at https://www.fbo.gov/spg/EPA/OAM/HQ/RFQ-DC-13-00082/listing.html NAICS: 334513. Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables. Federal Supply Schedule: 66, Scientific Equipment and Services. U.S. Environmental Protection Agency, Office of Superfund Regional Procurement Operations Division, seeks quotes for the following items. Quotes are being requested in accordance with Federal Acquisition Regulation (FAR) Part 13, Simplified Acquisition Procedures. The United States Environmental Protection Agency is seeking the following: total organic carbon analyzer. [See the notice at FBO.gov for the specifications.] The quote must also include shipping FOB destination. The items will be shipped to the following address: US EPA Office of Research and Development, 26 West Martin Luther King Drive, Cincinnati, Ohio 45268. A firm fixed-price purchase order will be issued to the successful vendor that provides the lowest priced technically acceptable quote. The Government reserves the right to accept all, some or none of the line items. QUOTES ARE DUE NO LATER THAN FRIDAY, JULY 5, 2013 AT 4:30 PM EDT. Quotes must be submitted electronically to Contracting Officer James Langan [email protected] . All questions and comments regarding this procurement shall be addressed in writing to the email above no later than Monday, July 1, 2013 at 4:30 pm EDT. No telephone inquiries will be accepted. CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=6586eb5c5e15c6ef1c622fbed98ae264&tab=core&_cview=0 Posted: 06/27/13 SPONSOR: SRRPOD, US Environmental Protection Agency, Ariel Rios Building, 1200 Pennsylvania Avenue N.W., Mail Code: 3805R, Washington, DC 20460 PUBLICATION DATE: June 29, 2013 ISSUE: FBO-4235

ANALYTICAL SUPPORT SERVICES FOR AIR & RADIATION PROGRAMS (SRCSGT)

Federal Business Opportunities (FedBizOpps) Update 1 of 10 clu-in.org/newsletters Notices for June 24-30, 2013 SOL: PR-OAR-13-00756 DUE: 070813 POC: Andrew Flynn, Contract Specialist, [email protected]; Rob Flowers, Contracting Officer, [email protected]. WEB: FBO.gov Permalink at https://www.fbo.gov/spg/EPA/OAM/CMD/PR-OAR-13-00756/listing.html NAICS: 541620. THIS IS A SOURCES SOUGHT SYNOPSIS FOR MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. The United States Environmental Protection Agency (EPA) is performing a "market search" for SMALL and LARGE BUSINESSES in preparation for a future procurement. The Environmental Protection Agency (EPA) Office of Air and Radiation (OAR) is continuously involved in analyzing existing and prospective legislation, regulations, treaties, and other policy instruments as they relate to the energy, economic and environmental effects of air and radiation protection programs. The OAR is often required to undertake short-term analyses (one week to two months) on diverse subjects due to inquiries from Congress, the Executive Branch, industry and the public. In addition, the OAR is often required to undertake longer-term analyses requiring multi-disciplinary expertise and cross-disciplinary integration applied in the context of policy and program assessment. These longer-term analyses also serve the needs of the Agency, Congress, and other decision makers charged with evaluating national and international air and radiation related policies and programs. To respond to these inquiries in a timely manner, the OAR requires analytical support in evaluating the energy, economic, technological, financial, social, human health, environmental, and ecological effects of a broad range of existing and potential future government policies and regulations. In addition, the OAR requires logistical support in developing tools, materials, and forums to communicate the potential effects of changes in government policy and to facilitate communication and potential resolution of issues identified by competing stakeholders. The primary mission of the Office of Policy Analysis and Review (OPAR) of the EPA OAR is to provide policy analysis, policy and program development, program review, and communications support directly to the Assistant Administrator for Air and Radiation and, at times, directly to the Administrator and Deputy Administrator of the EPA. Given these broad, high-level responsibilities, OPAR requires contractor analytical support which is multi-disciplinary yet which is conducted in a manner which facilitates the reconciliation of diverse disciplinary perspectives, methods of inquiry, and analytical interpretations. To be considered a potential source, a firm must demonstrate its ability to provide the necessary personnel and services to support the effort delineated by the draft Statement of Work (SOW). Specific areas of the SOW to be addressed in the capability statements are under the section entitled "Work Areas." Which include: (a) Human Health, Welfare, Ecological and Environmental Impact Assessment. (b) Comparative and Synthesizing Analyses of Energy Production, Use, Conservation, and Distribution; including Liquid, Solid, and Gaseous Fuels; and Renewable Energy. (c) Economic and Financial Analysis of Pollution Control Programs and Policies. (d) Engineering and Cost Assessment of Pollution Control Equipment and Production Processes. (e) Programmatic and Policy Analytical Support Related to Implementation of Air and Radiation Control Programs. (f) Analytical, Program Management, and Communications Support Related to Development, Evaluation, and Implementation of Air and Radiation Protection Programs and Policies. The successful contractor shall provide all necessary labor, materials, and services in support of the efforts. See the attached draft SOW. It is anticipated that the contract will be a cost plus fixed fee, level-of-effort, term contract. The estimated period of performance is a 12 month base period and four 12 month option periods. The estimated level of effort for the each period is 12,100 hours. In addition increased quantity options will be available in each period up to a total of 12,100 per period. The total level of effort hours for the entire contract period (including options, and optional quantities) is 121,000 hours. The applicable NAICS code is 541620 with a size standard of $14 million. Any interested Small Business should submit information which demonstrates the firm's ability to perform the key requirements described above. Standard company brochures alone will not be considered a sufficient response to this Sources Sought Synopsis. The capability statement should also include: small business size status certification for the above referenced NAICS code, whether or not they are a certified Hubzone, 8(a), women-owned, small disadvantaged and/or service disabled veteran owned small business concern, point of contact, telephone number, email address, and interest in proposing on the solicitation when issued. Any interested Large Business is also encouraged to submit information which demonstrates the Firm's ability to perform the key requirements described above. The EPA reserves the right to set this action aside for small businesses if it determines that there are two or more small businesses able to compete in terms of market prices, quality, and delivery. If set aside, a small business would be required to perform at least 50 percent of the direct labor costs incurred under the contract with its own personnel (FAR 52.219-14). Capability statements should address their ability to meet this requirement. RESPONSES TO THE ABOVE SHOULD BE SUBMITTED TO ANDREW FLYNN AT [email protected] NO LATER THAN JULY 8, 2013. A separate synopsis will be issued for the (RFP) resulting from this sources sought synopsis. CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=ca2ed18ea9971ded93770a63f82cae6d&tab=core&_cview=0 Posted: 06/27/13 SPONSOR: Environmental Protection Agency, Office of Acquisition Management, RTP Procurement Operations Division, E105-02. PUBLICATION DATE: June 29, 2013 ISSUE: FBO-4235

CGC LINE LEAD ABATEMENT IN SUPPORT OF SCBA TCTO INSTALLATION (COMBINE) SOL: HSCG85-13-Q-P45N84 DUE: 070813 POC: Jermond M. Williamson, SK1, [email protected], 510-637-5936, Fax: 510-637-5978; Chad B. Davis, Storekeeper, [email protected], 510-637-5976, Fax: 5106375978. WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG85-13-Q-P45N84/listing.html NAICS: 562910. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. Request for Quotations number is HSCG85-13-Q-P45N84 and is issued as a request for quotations (RFQ). This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotations incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-65 dated January 29, 2013. The NAICS Code is 562910. The small business size standard is 1,000. THIS IS A TOTAL SMALL BUSINESS SET ASIDE. Alll responsible sources may submit proposals that will be considered by the agency. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures in accordance with FAR Part 13.5. Past performance will be used in selection of awarded vendor. The United States Coast Guard Surface Force Logistics Center has a requirement for the following service: LEAD ABATEMENT ONBOARD CGC LINE IN SUPPORT OF SCBA TCTO INSTATLLATION. [See the notice at FBO.gov for the list of applicable FAR clauses and other information.] Questions and quotes shall be emailed [email protected] . Contractors are responsible for verifying receipt of quotes. QUOTATIONS SHALL BE SUBMITTED NO LATER THAN 0900 PACIFIC TIME (9 AM) ON JULY 8, 2013. CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=f21e771c309a26736e37a91882f01f55&tab=core&_cview=0 Posted: 06/27/13

Federal Business Opportunities (FedBizOpps) Update 2 of 10 clu-in.org/newsletters Notices for June 24-30, 2013 SPONSOR: Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC). PUBLICATION DATE: June 29, 2013 ISSUE: FBO-4235

SOURCES SOUGHT FOR PERFORMANCE-BASED REMEDIATION (PBR) JOINT BASE MCGUIRE-DIX-LAKEHURST (JB-MDL), NEW JERSEY (SRCSGT) SOL: W912BV-13-S-0003 DUE: 070913 POC: Brenda Anderson, 918-669-7274, [email protected]. POP: USACE District, Tulsa ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609. WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-13-S-0003/listing.html NAICS: 562910. This is a SOURCES SOUGHT announcement, a market survey for information only, to be used for preliminary acquisition planning purposes. This is not a solicitation for proposals and no contract will be awarded from this sources sought synopsis. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow up information requests. Respondents will not be notified of the sources sought evaluation results. The U.S. Army Corps of Engineers (USACE) - Tulsa District (SWT) is conducting market research for an anticipated Performance-Based Remediation (PBR) C-type Contract for Joint Base McGuire-Dix-Lakehurst (JB-MDL), and intends to solicit proposals for this C-type contract approximately at the end of January 2014. The type of set-aside decision(s) to be issued will depend upon the responses to this sources sought announcement and associated market research. The purpose of this Sources Sought is to gain knowledge of the interest, capabilities and relevant experience of all business size standards to provide this work at JB-MDL. The Government must ensure there is adequate interest and competition among the potential pool of responsible firms. Interested Small Business, Section 8(a), Historically Underutilized Business Zones (HUBZone), Service Disabled Veteran Owned Small Business (SDVOSB) Concern, and Large Business are highly encouraged to respond to the sources sought. The anticipated contract period of performance is up to ten years with a total value of approximately $150M-$180M. It is anticipated that there will be an estimated average of $30M/year for the first two years of work. The North American Industrial Classification System (NAICS) Code for this procurement is 562910, with a small business size standard of 500 employees. Small Business firms are reminded under FAR 52.219-14, Limitations on Subcontracting, that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Contractors responding to this Sources Sought must complete the on-line survey questionnaire provided at the URL below. A pdf copy of the survey questionnaire is attached to the announcement at FBO.gov to assist respondents with completing the on-line survey questionnaire. It is strongly recommended that respondents review the pdf copy of the survey questionnaire prior to beginning it, as the questions must be answered sequentially and the survey tool does not lend itself to making changes once it's begun. Also, wait for the completed survey questionnaire to fully download before closing the survey website. SURVEY QUESTIONNAIRE LINK = https://www.surveymonkey.com/s/JBMDL_market_research_survey. Questions concerning this Sources Sought should be emailed to the Contract Specialist, Ms. Brenda Anderson, at [email protected]; phone number 918-669-7274. Personal visits for the purpose of discussing this sources sought will not be entertained. The survey questionnaire responses will be retrieved electronically from the Web-based survey tool. No hardcopy or facsimile submissions will be accepted. THIS SOURCES SOUGHT CLOSES ON 9 JULY 2013 AT 1700 CST. CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=4712371ac51c89bebe565b1e349bda0a&tab=core&_cview=0 Posted: 06/27/13 SPONSOR: USACE District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609 PUBLICATION DATE: June 29, 2013 ISSUE: FBO-4235

R--REQUEST FOR CAPABILITY STATEMENT, ENVIRONMENTAL MANAGEMENT SUPPORT SERVICES, US ARMY GARRISON, FORT DEVENS, MA (SRCSGT) SOL: W15QKN13T5232 DUE: 071013 POC: Claudia Adams, 609-562-4443, [email protected]. WEB: FBO.gov Permalink at https://www.fbo.gov/notices/5fdf2608bec3cb32b6837335761b6695 NAICS: 541620. Army Contracting Command NJ-Fort Dix is issuing this (RFI) in an effort to perform market research to assist in determining the acquisition strategy for Environmental Management Support Services, US Army Garrison Fort Devens MA. This RFI is to identify potential small business contractors for this requirement. The U.S. Army Garrison Fort Devens Directorate of Public Works has full responsibility for Real Property administration and Base Operations (BASOPS) support for U.S. Army Garrison Fort Devens. Inherent in this responsibility is the need to provide a wide variety of technical environmental support in order to achieve the goals of environmental stewardship and to properly respond to the requirements of state and federal laws. Inclusive is the need to support the key program areas of compliance, prevention and conservation. This project will provide program support for RCRA compliance issues and Pollution Prevention (P2) including the Fort Devens Environmental Management System (EMS). Inclusive will be assisting in documenting the various waste streams, monitoring the quantities of hazardous materials being purchased and used within the region and to identify purchasing alternatives and management options which will ultimately represent an overall reduction of those wastes. Provide advice and guidance to the Environmental Division on all aspects of proper identification and management of these materials to include recommendations on short and long-term modification of policies and procedures to support their environmental mission. Assist in identification of data that needs to be updated or created in the Fort Devens EMS. Assist in maintaining compliance with applicable portions of RCRA, CERCLA and SARA. This RFI is for planning purposes only. No solicitation document exists at this time. Issuance of this notice does not constitute any obligation on the part of the Government to procure these items or to issue a solicitation. In addition, the Government is under no obligation to pay for information submitted in response to this RFI, and responses to this notice cannot be accepted as offers. Any information that the vendor considers proprietary should be clearly marked as such. Responses to this RFI should not exceed five (5) pages and must contain the following information: Your company's business size, using NAICS code 541620 business size $25.5m as the benchmark and capability. THE RESPONSE DATE IS JULY 10, 2013. THIS PROCUREMENT IS CONSIDERED A TOTAL SMALL BUSINESS SET-ASIDE. CITE: https://www.fbo.gov/index?s=opportunity&mode=form&id=5fdf2608bec3cb32b6837335761b6695&tab=core&_cview=0 Posted: 06/28/13 SPONSOR: Department of the Army, Army Contracting Command, ACC - New Jersey. PUBLICATION DATE: June 30, 2013 ISSUE: FBO-4236

EMERGENCY PREPARDNESS PROGRAM CRITERIA (SRCSGT)

Federal Business Opportunities (FedBizOpps) Update 3 of 10 clu-in.org/newsletters Notices for June 24-30, 2013 SOL: NSIR-2013-001 DUE: 071013 POC: Daniel App, Contract Specialist, [email protected]. WEB: FBO.gov Permalink at https://www.fbo.gov/spg/NRC/OA/DCPM/NSIR-2013-001/listing.html NAICS: 541620. The U.S. Nuclear Regulatory Commission (NRC) is issuing this Sources Sought Synopsis as a means of conducting market research to determine the availability of potential capability of all management, supervision, administration, and labor for the development of a technical basis and amplifying guidance for the onsite Emergency Preparedness (EP) program evaluation criteria contained in NUREG-0654/FEMA-REP-1, Revision 2, using NSIR/DPR-ISG-01 Interim Staff Guidance, "Emergency Planning for Nuclear Power Plants" and various other EP documents. Specific activities include: 1)Development of a draft new NRC EP Manual from existing NRC documents to function as background information and amplifying guidance for the onsite evaluation criteria contained in NUREG-0654, Rev.2; 2) Development of a final draft NRC EP Manual from NRC and FEMA staff; 3) Coordination of comment adjudication from the EP Manual public comment period, and 4) Development of the final version of the EP manual based on adjudicated comments. Services are to be provided to the NRC in Rockville, Maryland. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541620. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposal; submission of any information in response to this market survey is purely voluntary; the Government assumes no financial responsibility for any costs incurred. MANDATORY QUALIFYING CRITERIA: Detailed knowledge of emergency planning, emergency response, relevant regulations (including 10CFR 50.47 and Appendix E to 10 CFR Part 50), and associated guidance documents, generic communications, regulatory guides, and letters (including NUREG-0654/FEMA-REP-1 (Rev 1), Supplement 3 to NUREG-0654/FEMA-REP-1 (Rev 1), NUREG-1022, NUREG/CR-7002, NUREG/CR-7032, and NUREG/CR-7033). Technical staff should also be familiar with FEMA guidance pertaining to offsite emergency planning for nuclear power plants (including the latest version of the Radiological Emergency Preparedness (REP) Program Manual and Supplement 4, "Criteria for National Preparedness Initiative Integration, Exercise Enhancement, and Backup Alert and Notification Systems," to NUREG-0654/FEMA-REP-1, Rev1). The purpose of this announcement is to provide potential sources the opportunity to submit information regarding their capabilities to perform work for the NRC free of conflict of interest (COI). For information on NRC COI regulations, visit NRC Acquisition Regulation Subpart 2009.5 http://www.nrc.gov/about-nrc/contracting/48cfr-ch20.html( ). All interested parties, including all categories of small businesses (small businesses, small disadvantage businesses, 8(a) firms, women-owned small businesses, service-disabled veteran-owned small businesses, and HUBZone small businesses) are invited to submit a response. The capabilities package submitted by a vendor should demonstrate the firm's ability, capability, and responsibility to perform the principal components of work listed below. The package should also include past performance/experience regarding projects of similar scope listing the project title, general description, the dollar value of the contract, and name of the company agency, or government entity for which the work was performed. Organizations responding to this market survey should keep in mind that only focused and pertinent information is requested. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Organizations responding to this market survey should keep in mind that only focused and pertinent information is requested. Submission of additional material such as glossy brochures or videos is discouraged. If your organization has the potential capacity to perform these contract services, please provide the following information. Please do not include proprietary or otherwise sensitive information in the response, and do not submit a proposal. Proposals submitted in response to this notice will not be considered. 1) Organization name, address, email address, Web site address and telephone number. 2) What size is your organization with respect to NAICS code 541620 (i.e. "small" or "other than small")? If your organization is a small business under the aforementioned NAICS code, what type of small business (small business, small disadvantage business, 8(a), women-owned small business, service-disabled veteran-owned small business, and HUBZone small business)? Specifically all that apply. 3) Although no geographic restriction is anticipated, if responding organizations are located outside the Washington Metropolitan area (Maryland, Virginia, and the District of Columbia), indicate how the organization would coordinate with the NRC program office located in Rockville, Maryland to provide support services. 4) Does your organization have experience providing technical service for the development of new EP guidance for commercial nuclear power plants? If, so please list and describe those contracts (contract number, contract type, contract value, description of supplies and services included in the scope, period of performance, ect) and indicate your organization's role (prime contractor, first tier subcontractor, and/or supplier). 5) Indicate whether your organization provides technical service for the development of new EP guidance for commercial nuclear power plants on existing Federal Government contracts (i.e., GSA Federal Supply Schedule contracts or Government-wide Acquisition Contracts ) that the NRC could order from, providing the contract number(s) and indicate what is currently available for ordering from each contract. 6) Provide a standard, non proprietary commercial price list or similar standard non-proprietary commercial pricing information for how your company sells, as a prime contractor, required capabilities described in this notice that your organization has experience providing. Also, indicate what is included in that pricing. 7) Has your company worked for any of the licensees regulated by the NRC in the past year? 8) Has your company previously faced organizational conflict of interest issues with NRC? If so, how were they resolved? The Government will evaluate market information to ascertain market capacity to 1) potentially provide the services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) potential capacity to secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) Potential capability to implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel; and risk mitigation; and 4) potential to provide services under a performance based service acquisition contract. Interested firms responding to this Sources Sought Synopsis are encouraged to structure capability statements in order of the area of consideration noted above. All capability statements send in response to this notice must be submitted electronically, via e-mail, to Daniel App, at [email protected], in either MS Word, WordPerfect, or Adobe Portable Document Format (PDF), within Fourteen (14) calendar days from the date of publication of this notice. This market survey is being conducted through FedBozOpps to reach the widest possible audience and to gather current market information. DISCLAIMER AND NOTES: Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's potential capability and capacity to perform the subject work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the response received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. Responses to this notice will not be considered adequate to a solicitation. CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=d309ae8d43434a381ef08cf829e7700d&tab=core&_cview=0 Posted: 06/26/13 SPONSOR: Nuclear Regulatory Commission, Office of Administration. PUBLICATION DATE: June 28, 2013 ISSUE: FBO-4234

Federal Business Opportunities (FedBizOpps) Update 4 of 10 clu-in.org/newsletters Notices for June 24-30, 2013 CARBON BED REGENERATION SERVICES (COMBINE) SOL: W911N2-13-T-0082 DUE: 071213 POC: Kevin Duffy, 717-267-8938, [email protected]. POP: ACC-RSA-LEAD - (SPS) ATTN: CCAM-ALK, 1 Overcash Avenue, Bldg 2 Chambersburg PA 17201-4152. WEB: FBO.gov Permalink at https://www.fbo.gov/notices/3275227c525337ca1f2658003312c03d NAICS: 562910. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Request for Quotation (RFQ) and the RFQ number for this procurement is W911N2-13-T-0082. This announcement will be issued as a combined synopsis/solicitation. This solicitation is an unrestricted RFQ. The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the lowest price, technically acceptable. See Attachment II for the Performance Work Statement (PWS), and Performance Requirement Summary (PRS). The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-51. The North American Industry Classification System (NAICS) code is 562910. The SB size standard for this code is 19 Million Dollars. Scope: The contractor shall provide all personnel, equipment, tools, materials, supervision, quality control and other items and non-personal services necessary to perform the regeneration and return the regenerated carbon media to Letterkenny Army Depot. The carbon media is contained in three (3) vapor phase carbon absorption units used at the Letterkenny Ground Water Treatment Plant (GWTP) as defined in this PWS, except as specified in Paragraph 3.0 as Government Furnished. The Contractor will handle, remove, transport, regenerate, and return the carbon media to Letterkenny Army Depot as RCRA (Resource Conservation and Recovery Act) hazardous waste. All services will include the pickup, transport, regeneration and return of the above referenced item for Letterkenny Army Depot, Chambersburg, PA 17201. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items (JUN 2008) applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Offerors shall electronically complete FAR 52.212-3 Offeror Representation and Certification- Commercial Items atwww.bpu.gov/orca . [See the notice at FBO.gov for the list of applicable FAR requirements.] Facsimile and email offers will be accepted. Point of contact for this solicitation is Kevin Duffy, 717-267-8938, FAX: 717-267-9834, [email protected]. IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the Central Contractor Registry to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted in writing to the Point of Contact as indicated in this announcement; 5) Contractors who respond directly to ASFI will not be considered responsive. Electronic funds transfer (EFT) is the method of payment. This can be established through Wide Area Work Flow (WAWF). Please refer to clause L19 for WAWF information and training. See Attachment I. REQUEST FOR QUOTATION WILL BE ACCEPTED AT LETTERKENNY ARMY DEPOT, CHAMBERSBURG, PA 17201 NOT LATER THAN 10:00 A.M. EASTERN DAYLIGHT STANDARD TIME ON 12 JULY 2013. All quotes must be marked with RFQ number and title. Email quotes will be accepted. [See the notice at FBO.gov for the remainder of the text of this solicitation.] CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=3275227c525337ca1f2658003312c03d&tab=core&_cview=0 Posted: 06/26/13 SPONSOR: ACC-RSA-LEAD - (SPS), ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2, Chambersburg, PA 17201-4152 PUBLICATION DATE: June 28, 2013 ISSUE: FBO-4234

R--ENVIRONMENTAL SERVICE CONTRACT FOR HAZMAT MANAGEMENT, WATER QUALITY AND WASTE WATER SERVICES, MISAWA AIR BASE, JAPAN (SRCSGT) SOL: W912HV-13-R-0017 DUE: 071513 POC: Martha Jackson, Contract Specialist, [email protected], Phone: 046 407 8724, Fax: 046-253-8749. WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA79/W912HV-13-R-0017/listing.html NAICS: 541620. This is a SOURCES SOUGHT NOTICE for market research purposes only to determine the availability of potential firms who can perform requested services. Information will be used for preliminary planning purposes. This is not a solicitation for proposals. Potential Offerors having the skill, capabilities and personnel necessary to perform the described project are invited to submit a Capability Statement Form (see Attachment A). All responses will be used to determine the appropriate acquisition strategy for a potential solicitation forthcoming. Pre-solicitation advertising is planned for this project in July 2013. The NAICS Code is 541620 (Environmental Consulting Services) and the duration of this project is 12 months (365 days). The estimated cost for this project is between 25,000,000 - 50,000,000 Japanese Yen ($250,000 - $500,000 US Dollars). The U.S. Army Engineer District - Japan anticipates issuing a Request for Proposal (RFP) and awarding an environmental service contract to provide a full range of Advisory and Assistance Services (A&AS) and deliverables in support of the 35th Civil Engineer Squadron Environmental Management Office (35 CES/CEAN) at Misawa Air Base, Japan. During the period of performance of 365 days the tasks to be accomplished shall consist of three (3) A&AS categories reflecting the specific support required at Misawa Air Base, Japan: (1) Management and Professional Services; (2) Studies, Analyses, and Evaluations; and (3) Engineering and Technical Expertise. Consistent with the Status of Forces Agreement between the United States and Japan, only local sources in Japan will be considered under this solicitation. Local sources are entities or organizations, for example, corporations or partnerships, that are physically located in Japan and authorized (i.e., licensed, registered, etc.) to perform work in Japan, as specified below (Project Description). PROJECT DESCRIPTION: The Contractor shall provide technical support to assist 35 CES/CEAN to manage and oversee all Hazardous Material (HAZMAT), Spill Response, Water Quality and Wastewater services. Qualified personnel to provide the required specialized services must have extensive, previous experience in working with the US Air Force's water related and environmental compliance programs which include but, not limited to Environmental Safety and Occupational Health Compliance Assessment and Management Program (ESOHCAMP); Enterprise Environmental Safety and Occupational Health Management Information System (EESOH-MIS); Hazardous Materials Management Plan (HMMP); Spill Prevention Control and Countermeasures (SPCC) plan; Facility Response Plan (FRP); Storm Water Pollution Prevention Plan (SWPPP); Storm Water Management Plan (SWMP); Integrated Contingency Plans (ICP); Erosion and Sediment Control plan; Pretreatment plan and Risk Management Plans (RMP); and Water/Wastewater monitoring and sampling programs. Contractor duties shall include but, not be limited to reviewing and updating base HAZMAT/Spill/Water/Wastewater plans and making remediation recommendations to the government; ensuring those plans are being implemented at the installation level; performing or overseeing site investigations, facility and equipment inspections; determining appropriate level of training for

Federal Business Opportunities (FedBizOpps) Update 5 of 10 clu-in.org/newsletters Notices for June 24-30, 2013 designated HAZMAT and Spills/Water personnel; conducting training for shop personnel; performing QA/QC oversight of field activities including review of other contractor's field activities, data management and record keeping; overseeing samplings and testing, writing scopes of work to initiate surveys and updates of management plans; attending and facilitating meetings and briefs; providing status reports of ongoing projects and programs; and providing deliverables to assist the government in maintaining compliance with all the related environmental programs. Contractor personnel must be able to work extensively with the Japan Environmental Governing Standards (JEGS) and Japanese authorities on local/regional environmental settings, parameters and procedures. Contractor shall provide professional personnel who can fluently speak and effectively communicate (verbally and in writing) technical issues in English and possess the necessary technical skills to complete the tasks assigned in a timely manner to ensure Misawa AB stays in compliance with Air Force's, Environmental Safety, and Occupational Health Compliance Assessment and Management Program (ESOHCAMP), Spill Response, Hazardous Material, Water Quality and Wastewater Programs. Contractor shall comply (mandatory) with the Japanese Environmental Governing Standards; Japanese national or local environmental laws and regulations; United States (U.S.) environmental laws and regulations and/or DoD policy and instructions and all other requirements of the contract. All interested Contractors/Offerors are requested to furnish responses/comments on the questions listed in the attached Capability Statement Form. If you have no comment to a particular question, please indicate "no comment" in the appropriate space. Capability Statement Form for this sources sought synopsis is not a Request for Proposal, nor does it restrict the Government to an ultimate acquisition approach. The Government is seeking short statements and information regarding a company's ability to demonstrate existing-or-developed expertise, past performance, and experience in relation to the areas specified herein. Submission of the Capability Statement Forms to include any additional information (i.e., fact sheets, brochures, market materials) cannot exceed a total of 10 pages (single, one-sided). Submission of Capability Statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This Sources Sought is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for any information or materials provided in response to this Sources Sought Notice and submittals will not be returned to the sender. If a solicitation is later released it will be synopsized in FedBizOps only, the FedBizOps linkwww.fbo.gov is: . Contractors are encouraged to register on FedBizOps with the NAICS code related to this posting (541620) and for other business opportunities. Once your company is registered, FedBizOps, will automatically send you e-mails related to the NAICS codes you registered your company. Respondents will not be notified of the results of the sources sought survey since this posting is strictly to gather fact-finding information for the Government's use only. PLEASE SEND THE COMPLETED CAPABILITY STATEMENT FORM (ALL PAGES) WITH ANY ADDITIONAL INFORMATION (OPTIONAL) NO LATER THAN JULY 15, 2013 VIA E-MAIL to Contract Specialist Martha Jackson at email address: [email protected] or commercial fax to 046-253-8749, Attention: Martha Jackson. CITE: https://www.fbo.gov/index?s=opportunity&mode=form&id=b6e4ae7f225b3f97e8d52a2de5e32c59&tab=core&_cview=0 Posted: 06/26/13 SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE District, Japan. PUBLICATION DATE: June 28, 2013 ISSUE: FBO-4234

R--ENFORCEMENT SUPPORT SERVICES (ESS) (SRCSGT) SOL: SOL-R5-13-00009 DUE: 071913 POC: Rhonda Flynn, [email protected]. NAICS: 541620. The purpose of this SOURCES SOUGHT is to 1) determine the availability of small businesses, small disadvantaged businesses, HUBZone small businesses, woman-owned small businesses, veteran-owned small businesses, 8(a) small businesses, capable of meeting the requirements of the draft Performance Work Statement (PWS) for legal enforcement support services. 2) identify potential business arrangements such as teaming, joint ventures, and other relationships to meet the requirements of the sources sought, 3) improve the PWS based upon industry feedback, and 4) obtain information from the marketplace concerning any other areas that may assist EPA. For RFI-related documents proceed to the following link: http://www.epa.gov/oamreg01/region5/RFI-R5-13-00009/index.htm. THE RESPONSE DATE IS JULY 19, 2013. CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=0c0c41aaabeffdb2f3a3047e03015f68&tab=core&_cview=0 Posted: 06/28/13 SPONSOR: Environmental Protection Agency, Office of Acquisition Management, Region V, Acquisition and Assistance Section (MMC-10J). PUBLICATION DATE: June 30, 2013 ISSUE: FBO-4236

REMOVAL, TRANSPORTATION AND DISPOSAL OF HW, PCBS AND CGCS, AND RELATED MANAGEMENT SERVICES (SRCSGT) SOL: SP450013S0006 DUE: 072513 POC: Cathy Keith, [email protected], 269-961-7008, Fax: 269-961-4417. WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DLA/J3/DRMS/SP450013S0006/listing.html NAICS: 562211. THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. A sources sought is a market research tool being used to determine availability and adequacy of potential business sources prior to determining the method of acquisition. The intent of this sources sought synopsis is to identify qualified 8(a) business, woman owned, HUBZone, or service disabled veteran owned small business concerns for an Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) Contract for RCRA Hazardous, State-Regulated, PCBs, CGCs and Non- Hazardous Waste Transportation and Disposal under the DLA Disposition Services Knox/Campbell/Columbus offices which covers a 4 state area (Kentucky, Tennessee, Ohio and West Virginia) with approximately 289 pickup locations, including large installations and small National Guard and military reserve installations. The scope of work includes all management, supervision, labor, engineering services, tools, materials, equipment, supplies, facilities, and transportation necessary to perform the required services including, but not limited to the following: Polychlorinated Biphenyl transformer and capacitor disposal and other PCB contaminated waste; Compressed Gas Cylinders. UPON REVIEW OF INDUSTRY RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS, THE GOVERNMENT WILL DETERMINE WHETHER A FURTHER SET-ASIDE ACQUISITION IN LIEU OF A SMALL BUSINESS ONLY SET-ASIDE IS IN THE GOVERNMENT'S BEST INTEREST. The Government intends to solicit and award a Firm-Fixed Priced IDIQ Services Contract. The NAICS Code is 562211. The duration of the contract is anticipated to be for one (1) eighteen (18) month base period from the date of an initial contract award and will include two (2) eighteen month options. A response to this sources sought synopsis will not be considered an adequate response to any forthcoming solicitation announcement. A response to this sources sought synopsis will not result in your firm's name being added to a plan holder's list to receive a copy of a solicitation. There is no solicitation available at this time. SUBMISSION

Federal Business Opportunities (FedBizOpps) Update 6 of 10 clu-in.org/newsletters Notices for June 24-30, 2013 REQUIREMENTS: It is requested that interested small businesses firms matching the categories referenced above submit a brief capabilities statement package (no more than 4 pages in length, single-spaced, 12-point font minimum) demonstrating ability to perform the requested services. This documentation shall address, as a minimum, the following: (1) Company Profile to include number of employees, office locations(s), DUNS number and or Cage Code and statement identifying small business category and current status of the small business classification. (2) Relevant Experience within the last three years, including any contract number, and Government/Agency or firm point of contact (POC) and current telephone number for the POC. Also, identify if you were a subcontractor and the work you actually performed as the subcontractor. THE SUBMITTAL PACKAGE MUST BE RECEIVED AT THE OFFICE NO LATER THAN 2:00 P.M. EST ON THURSDAY, JULY 25,2013. Electronic submissions of the Statement of Capabilities Packages can be sent electronically [email protected] or [email protected]. Late responses will not be accepted. The Government WILL NOT provide a debriefing on the results of the survey. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for purpose of verifying performance. Point of Contact: Cathy Keith, Contracting Officer, Phone 269-961-7008, Fax 269-961-4417, [email protected] . CITE: https://www.fbo.gov/index?s=opportunity&mode=form&id=f9f246aadb0fa2539fad9b865194ae07&tab=core&_cview=0 Posted: 06/26/13 SPONSOR: Defense Logistics Agency, DLA Acquisition Locations. PUBLICATION DATE: June 28, 2013 ISSUE: FBO-4234

EMERGENCY RESPONSE ENVIRONMENTAL SERVICES, MULTIPLE LOCATIONS (SRCSGT) SOL: DTFAEN-13-R-00063 DUE: 072613 POC: Michael Hollis, [email protected], 404-305-5298. WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DOT/FAA/SR/DTFAEN-13-R-00063/listing.html NAICS: 562910. The Federal Aviation Administration (FAA), Eastern Acquisitions Service Area, Southern Region, AAQ-510 ATL, College Park, Georgia has a requirement for Emergency Remediation Services, Multiple Locations. The Screening Information Request (SIR), Phase I, including all attachments is provided with this announcement. All documents are available in .pdf format and may be viewed with the applicable version of Adobe acrobat or Adobe Acrobat Professional. All Requests for Information (RFI) must be emailed (preferred) to the Contracting Officer no later than July 08, 2013 at 2:00 PM Eastern Standard Time (EST). ALL PAST PERFORMANCE QUESTIONNAIRES MUST BE EMAILED (PREFERRED) TO THE CONTRACTING OFFICER NO LATER THAN JULY 23, 2013 AT 2PM EST. The next SIR, the Request for Offer (RFO), will be issued to the short-list firms on or about August 30, 2013. The RFO will be posted on the FAA Contract Opportunities website; therefore please visit https://FAACO.FAA.GOV regularly for updates and attachments. No individual notification of any amendments will be provided. It is the Offeror's responsibility to visit this website frequently for updates on this procurement. To be considered for award of this project, the contractor must be currently registered in the System for Award Management (SAM) database (website: www.sam.gov). Submittals forwarded must address the evaluation criteria and must be provided via CD-ROM (one (1) copy) and three-ring binders (an original and two (2) copies). The Business Declaration Form must also be completed and returned with submittals. All submittals must be sealed and labeled as follows: RFP # DTFAEN-13-R-00063. Submittals are due no later than July 26, 2013 at 2:00 2PM EST. Submittals received after this date will not be considered. Mail submittals to the following address: Federal Aviation Administration, Eastern Logistics Service Area, Attn: Michael Hollis, AAQ-510ATL, 1701 Columbia Avenue, College Park, Georgia 30337. Offerors submitting proposals by hand-delivery will need to consider allowing sufficient time to process through the security procedures in place at the FAA Southern Region Office. Overnight delivery of responses to this RFP may also be impacted if not sent in sufficient time to allow for the special mail-handling procedures in place at the Southern Region Office. This RFP is not to be construed as a contract or a commitment of any kind. The Government shall not be liable for payment of any costs attributed to the preparation and submission of requested proposal documentation. Point of contact is Michael Hollis, Contracting Officer, Email (preferred): [email protected]; FAX: 404-305-5774 and PHONE: 404-305-5298. This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169. If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/14441 to view the original announcement. CITE: https://www.fbo.gov/?s=opportunity&mode=form&tab=core&id=f96ca6684ecd028ad3b735aa28fff443&_cview=0 Posted: 06/24/13 SPONSOR: Department of Transportation, Federal Aviation Administration (FAA), Southern Region. PUBLICATION DATE: June 26, 2013 ISSUE: FBO-4232

HAZARDOUS WASTE DISPOSAL FROM COLORADO SPRINGS AND SURROUNDING LOCATIONS (COMBINE) SOL: SP4500-13-R-0009 DUE: 072913 POC: Daniel Schuemann, Contracting Officer, [email protected], 269-961-5238, Fax: 269-961-4417. NAICS: 562211. Removal, transportation and disposal/recycling of RCRA, State-Regulated and Non-Regulated Hazardous Waste, Compressed Gas Cylinders and PCBs at US Military installations in Colorado Springs. Includes an 18-month base period and two 18-month option periods. Option period pricing will be evaluated prior to award. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. THE RESPONSE DATE IS JULY 29, 2013, 11:59 PM ET. CITE: https://www.fbo.gov/index?s=opportunity&mode=form&id=6ed35fc4622a33962bbc6ce6ca935c7c&tab=core&_cview=0 Posted: 06/27/13 SPONSOR: Defense Logistics Agency, DLA Acquisition Locations. PUBLICATION DATE: June 29, 2013 ISSUE: FBO-4235

A--TECHNOLOGY THAT AIDS IN FOOD REDUCTION OR DIVERSION FROM THE LANDFILL (SRCSGT) SOL: N39430R13FOOD DUE: 073113 POC: Jill Hamilton, 805-982-4892; Elson Muzada, 805-982-2551, [email protected].

Federal Business Opportunities (FedBizOpps) Update 7 of 10 clu-in.org/newsletters Notices for June 24-30, 2013 WEB: FBO.gov Permalink at https://www.fbo.gov/notices/26cf84d8cb07c561a2c1e8b6a8b0ee40 NAICS: 335228. This is a sources sought announcement for written information only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. The Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC) is seeking new technologies to: separate food waste from the solid waste stream; reduce food waste from being generated; OR process food waste into a useable by-product. NAVFAC EXWC is particularly interested in increasing the food waste diversion rate and eliminating food waste from being landfilled. New technologies will be required to meet proposed state-level environmental legislative and regulatory regulations, which may have an impact on Department of Defense operations in all 50 states and the District of Columbia. NAVFAC EXWC is also interested in identifying currently available innovative technologies that focus on source reduction, separating food waste from the solid waste stream, or technologies that process the food waste. Ideal technological candidates should be portable, have small footprint and be inexpensive. The technology is expected to be implemented at the source of food, i.e., commissary and galley (in the kitchen or dining area). The processed food waste should not be expected to enter the landfill. The principal recipients of the new technologies are Department of Defense facilities potentially located across all 50 states and the District of Columbia. Technologies must be ready for technology transfer to real operations (no lab optimization phase). Providers can submit their technology by responding to Sources Sought N-XXXX at FEDBIZOPS https://www.fbo.gov/ or NECO https://www.neco.navy.mil/ [click on Synopsis and type in solicitation number]. THE DEADLINE FOR RESPONSES IS 31 JULY 2013. Responses received after this deadline may not be considered. Since this is a sources sought announcement, there is no guarantee of procurement. CITE: https://www.fbo.gov/index?s=opportunity&mode=form&tab=core&id=26cf84d8cb07c561a2c1e8b6a8b0ee40 Posted: 06/25/13 SPONSOR: Department of the Navy, Naval Facilities Engineering Command, NAVFAC EXWC Port Hueneme. PUBLICATION DATE: June 27, 2013 ISSUE: FBO-4233

HAZARDOUS WASTE AND POLLUTION PREVENTION COMPETENCY TRAINING (PRESOL) SOL: W91WFU-13-T-0007 DUE: 083013 POC: Brian Vaughan, 0711-729-2945, [email protected]. POP: RCO Stuttgart (PARC Europe, 409th CSB) UNIT 30401, APO AE 09107. WEB: FBO.gov Permalink at https://www.fbo.gov/notices/2680341885839e8da6627507d408bcbe NAICS: 611519. This is a synopsis for a commercial acquisition using contracting by negotiation. (Reference FAR Parts 12 and 13). THIS IS A SYNOPSIS AS REQUIRED BY FAR PART 5.2 - THIS IS NOT A REQUEST FOR QUOTE/PROPOSAL. VENDORS SHOULD NOT SUBMIT FORMAL QUOTES/PROPOSALS UNTIL THE RFP IS POSTED TO THIS WEBSITE. This synopsis is not to be construed as a commitment by the Government nor will the Government pay for information solicited. The 409th CSB, RCO Stuttgart anticipates a requirement for the Environmental section of the Department of Public Works, Stuttgart. This is a non-personal services performance-based contract to provide Hazardous Waste and Pollution Prevention Competency Training, assessment, and assistance. 14 training sessions of different types per year are expected, each session will be provided; 10 sessions will last approximately 1.5 days each and 4 will last approximately 1 day each and encompass both instruction and hands-on advice and assistance. The training will take place at Government provided maintenance spaces. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform services defined in the Performance Work Statement (PWS) except for those items specified as government furnished property and services. Responsibilities encompass conducting Hazmat inspections, identifying deficiencies, educating the workforce on findings and remedial actions, planning course instruction, executing classes, and preparing written reports. The Contractor shall perform the services within the USAG Stuttgart geographical area; classes will take place on local Kasernes as directed by the Government. Period of performance for the basic year is contemplated 1 Aug 2013 through 31 July 2014. Anticipated award date is 24 July 2013. Two one-year options may be awarded. In addition, the Government may further extend the performance period for up to six months under FAR 52.217-8. Also, the Government may extend the term of this contract by written notice to the Contractor before expiration of contract period under FAR 52.217-9. This is an unrestricted full and open competitive acquisition. The government intends to make a single award to the lowest priced, technically acceptable offeror. Solicitation No: W91WFU-13-T-0007 will be issued as a Request for Proposal. It is advertised with a Standard Industrial Code (SIC) of 8249 and a North American Industry Classification System (NAICS) code of 611519. All responsible sources may submit a proposal, which shall be considered by the agency. Potential offerors must be registered in the SAM www.sam.govat Payment for this acquisition will be made through the Wide Area Workflow (WAWF) System. Contractors must be registered in WAWF to include German vendors, see internet site: https://wawf.eb.mil for registration. INFORMATION CONCERNING THIS SOLICITATION WILL BE ISSUED ELECTRONICALLY AND POSTED ON OR ABOUT 01 JULY 2013 AT WWW.FBO.GOV. Proposals may be submitted via hard copy, or e-mail. No hard copies of the solicitation will be issued for any reason. Point of contact is Brian Vaughan, 409th CSB, RCO Stuttgart, Germany, [email protected] A site visit is scheduled for 8 July 2013 at 0900 am. All parties interested in attending the site visit must coordinate with [email protected] by 3 July 2013 13:00 pm. Provide Mr. Eisele with your Firm's name, address, point of contact, email address, and the name(s) of the representatives you will send. Mr Eisele will provide instructions for link-up location and base access. Site visit attendance is not required to submit a proposal. CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=2680341885839e8da6627507d408bcbe&tab=core&_cview=0 Posted: 06/26/13 SPONSOR: RCO Stuttgart (PARC Europe, 409th CSB), UNIT 30401, APO, AE 09107 PUBLICATION DATE: June 28, 2013 ISSUE: FBO-4234

SUPERFUND SAMPLE MANAGEMENT OFFICE (SMO) SUPPORT (PRESOL) SOL: SOL-HQ-12-00031 POC: Matthew Courtad, WEB: FBO.gov Permalink at https://www.fbo.gov/spg/EPA/OAM/HQ/SOL-HQ-12-00031/listing.html NAICS: 541611. This is the synopsis for the Superfund Sample Management Office (SMO) Support solicitation. The purpose of this acquisition is to obtain contractor services to provide technical, analytical and quality assurance (QA) support, primarily to the U.S. Environmental Protection Agency (EPA) Superfund Program, other EPA programs, Federal and state agencies, and tribal organizations to facilitate identification, assessment, regulation, and remediation of environmental hazards which may pose a threat to human health or the environment. The Contractor shall provide programmatic support and infrastructure through the application of professional, scientific, technical and administrative expertise for the EPA's Analytical Services Branch (ASB). This includes support for specific and evolving programmatic needs, including production processes. Supported processes include scheduling and tracking samples for laboratory analyses; tracking funding; assessing the quality of electronically and manually submitted analytical data; monitoring

Federal Business Opportunities (FedBizOpps) Update 8 of 10 clu-in.org/newsletters Notices for June 24-30, 2013 laboratory, method and programmatic performance; records management; programmatic reporting; development of analytical protocols, program manuals and guidance documents; and support for litigation and cost recovery. The SMO contract is a "Sampling Management and Program Support" contract. The contract is meant to support ASB's mission and to provide similar support to other EPA programs or other agencies requiring the specialized services provided by ASB. For more information on the work to be performed under this contract, please see the draft solicitation found at http://www.epa.gov/oamsrpod/lasc/SMO/DraftRFP.pdf. The anticipated duration of this contract will consist of a Base Period of two years, an Option Period of two years, and two Award Terms of two years each for a total of eight years. The anticipated contract type will be cost-plus-fixed-fee (CPFF) with work to be ordered through the issuance of work assignments. This acquisition will not be set-aside and will be conducted on a full and open basis using FAR Part 15 procedures. All responsible sources may submit a proposal which shall be considered by the Agency. There are conflict of interest (COI) limitations associated with this acquisition. For more information on COI limitations, please see the Early COI Disclosure found at: http://www.epa.gov/oamsrpod/lasc/smo/EarlyCO I2.pdf. THE SOLICITATION IS EXPECTED TO BE RELEASED ON OR AROUND JULY 10, 2013. The solicitation package, as well as other related documents and information, will be posted on the EPA website at http://www.epa.gov/oamsrpod/lasc/smo/. Interested offerors are advised to monitor the EPA website at the above link as well as FedConnect and the Federal Business Opportunities website for the solicitation and for any other updates in regards to the solicitation. No response to this synopsis is required. CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=82425c8643a65aef0285363d0132c280&tab=core&_cview=0 Posted: 06/27/13 SPONSOR: SRRPOD, US Environmental Protection Agency, Ariel Rios Building, 1200 Pennsylvania Avenue N.W., Mail Code: 3805R, Washington, DC 20460 PUBLICATION DATE: June 29, 2013 ISSUE: FBO-4235

REMOVAL, TRANSPORTATION AND DISPOSAL OF HAZARDOUS WASTE, PCBS AND CGCS IN AZ (PRESOL) SOL: SP4500-13-R-0010 POC: Cathy Keith, [email protected], 269-961-7008, Fax: 269-961-4417. NAICS: 562211. Provide removal, transportation and disposal services for RCRA, state-regulated and non-regulated hazardous waste, PCBs and compressed gas cylinders and related management services, including, but not limited to, providing containers, waste analysis, tank cleaning, for military generators throughout AZ, and including one location in CA. Includes an 18-month base period and two 18-month options. Option pricing will be evaluated prior to award. THIS ACTION IS 100% SET ASIDE FOR WOMAN-OWNED SMALL BUSINESSES. ANTICIPATED SOLICITATION ISSUE DATE IS JULY 16, 2013. There is no solicitation package provided with this announcement. CITE: https://www.fbo.gov/index?s=opportunity&mode=form&id=3a8b356f72debccab351dba26c03ccab&tab=core&_cview=0 Posted: 06/27/13 SPONSOR: Defense Logistics Agency, DLA Acquisition Locations. PUBLICATION DATE: June 29, 2013 ISSUE: FBO-4235

ORONOGO-DUENWEG MINING BELT SITE OPERABLE UNIT 01 PHASE 8 (PRESOL) SOL: SOL-R7-13-00019 POC: Leeanna Wilder, Contracting Officer, [email protected], 913-551-7161, Fax: 913-551-9161; Jack Peterson, Contracting Officer, [email protected], 913-551-7442, Fax: 913-551-9442. NAICS: 562910. THIS REQUIREMENT WILL BE A 100% SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE under NAICS 562910. The requirement is for the performance of environmental remediation services consisting of removal and disposal of mining wastes and surface soils contaminated with heavy metals. This action shall be conducted in accordance with the final plans and specifications developed during the remedial design phase and shall be in conformance with the OU1 ROD. The Oronogo-Duenweg Mining Belt Site is located in Jasper County and portions of Newton County, MO. The Site includes mining wastes in and around 11 former mining areas, or designated areas (DAs), located within about 270 square miles of Jasper and Newton Counties, and encompasses a large part of the Missouri portion of the Tri-State Mining district. The MO portion of the district accounted for approximately 200 million short tons of the ore production, of which approximately 80 percent was derived from Jasper County. The contractor shall be required to comply with all applicable federal, state and local laws and regulations. Remediation will be conducted pursuant to the Comprehensive Environmental Response and Liability Act (CERCLA), as amended by the Superfund Amendments and Reauthorization and National Contingency Plan (NCP) requirements. EPA anticipates issuing an Indefinite Quantity contract with fixed unit prices consisting of a one-year Base Period and two one-year Option Periods. Estimated dollar value ofr this procurement is between $28M - $33M. THE SOLICITATION/RFP IS ANTICIPATED TO BE POSTED IN MID-JULY 2013. FAR Part 15 Contracting by Negotiation is the procurement method being utilized for this acquisition. CITE: https://www.fbo.gov/index?s=opportunity&mode=form&id=6b8472212c1ed4bd6172a45f763c4a18&tab=core&_cview=0 Posted: 06/24/13 SPONSOR: Environmental Protection Agency, Office of Acquisition Management, Region VII. PUBLICATION DATE: June 26, 2013 ISSUE: FBO-4232

FURNISH ALL LABOR, SUPPLIES, AND EQUIPMENT REQUIRED TO PERFORM CAT-1 TANK TESTING, REMOVAL, AND REMOVAL OF TANKS (PRESOL) SOL: W911RP-13-R-0011 POC: Retha J. Sprinkle, 870-540-3054, [email protected]. POP: ACC - Pine Bluff Contracting Office (ACC-RI-Pine Bluff), ATTN: CCRC-ISP, 10-020 Kabrich Circle, Pine Bluff, AR 71602-9500. WEB: FBO.gov Permalink at https://www.fbo.gov/notices/6048259def01ed8326c257e4d8bf3e49 NAICS: 562910. The Contracting Division, Pine Bluff Arsenal (PBA), Pine Bluff, Arkansas 71602-9500, has a requirement for a contractor to provide all labor, equipment and supplies to perform all aspects of CAT-I tank testing and CAT-II tank residue removal/disposal of tank binding and removal. The contractor must be certified in Steel Tank Institute (STI) standard SP001 to perform non-destructive integrity testing of in-service (CAT-1) above ground storage tanks (ASTs) to include the cleaning, blinding and removal of specific out-of-service (CAT-II) ASTs and underground storage tanks (USTs) at PBA. Without draining the tanks and without significant disruption of PBA's operation, the contractor will test and evaluate each AST and their respective valves and piping, in accordance with applicable Steel Tank Institute (STI) or American Petroleum Institute (API) standards with one of the following external, non-destructive integrity testing technique as stated within the Federal regulations 40 CFR 112.8 (6): (1) Hydrostatic testing (2) Radiographic Testing Ultrasonic testing (d) Acoustic testing or (e) another system of noon-destructive shell

Federal Business Opportunities (FedBizOpps) Update 9 of 10 clu-in.org/newsletters Notices for June 24-30, 2013 testing. After such testing completed, the contractor will replace or reinstall any tank insulation or out shell material that was removed during testing. The contractor shall develop a report of all findings; recommendations regarding the continued use of the tank and test results and will, at the completion of the project, submit the report, in electronic (compact disk) and hard copy format to PBA Environmental. All work shall be performed in accordance with Pine Bluff Arsenal's Scope of Work, dated 19 Sep 12. The North American Industry Classification System NAICS code 562910 (19.0 M). THIS IS A 100% SMALL BUSINESS SET-ASIDE. All contractors must be registered in SAMS. Solicitation will be posted on thewww.fbo.gov website. SOLICITATION W911RP-13-R-0009 WILL BE ISSUED O/A 12 AUGUST 2013 WITH A CLOSING DATE O/A SEP 12, 2013. Solicitation may be obtained via email request to [email protected]. Point of contact is also Retha Sprinkle, Contract Specialist, 870-540-3054, Fax No: 870-540-3730. CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=6048259def01ed8326c257e4d8bf3e49&tab=core&_cview=0 Posted: 06/27/13 SPONSOR: ACC - Pine Bluff Contracting Office (ACC-RI-Pine Bluff), ATTN: CCRC-ISP, 10-020 Kabrich Circle, Pine Bluff, AR 71602-9500 PUBLICATION DATE: June 29, 2013 ISSUE: FBO-4235

A-E SERVICES: HAZARDOUS WASTE AND CERCLA CLEANUP (PRESOL) SOL: AG-43ZP-S-13-0006 POC: Christopher J. Ford, 404-347-1635, [email protected]; D. Denise Finney, 404-347-7245, [email protected]. POP: Atlanta, Georgia 30309. NAICS: 541330. This requirement is hereby canceled in its entirety due to concerns with the stated specification. It is not known at this time when or if this requirement will be re solicited. No further soliciting will be performed at this time. CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=490deefd6700b1dd0a7f00938ccae822&tab=core&_cview=0 Posted: 06/26/13 SPONSOR: Department of Agriculture, Forest Service, R-8 Southern Region, 1720 Peachtree Rd. NW Suite 876 South, Regional Office, Atlanta, Georgia 30309 PUBLICATION DATE: June 28, 2013 ISSUE: FBO-4234

Federal Business Opportunities (FedBizOpps) Update 10 of 10 clu-in.org/newsletters Notices for June 24-30, 2013