Idaho Bids > Bid Detail

Cottonwood, Idaho RCAG Remedial Action

Agency:
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159791373717179
Posted Date: Feb 6, 2024
Due Date: Feb 13, 2024
Source: https://sam.gov/opp/435dcd6648...
Follow
Cottonwood, Idaho RCAG Remedial Action
Active
Contract Opportunity
Notice ID
697DCK-24-Q-00026
Related Notice
Department/Ind. Agency
TRANSPORTATION, DEPARTMENT OF
Sub-tier
FEDERAL AVIATION ADMINISTRATION
Office
697DCK REGIONAL ACQUISITIONS SVCS
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 06, 2024 02:20 pm CST
  • Original Response Date: Feb 13, 2024 02:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 28, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: F108 - ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION
  • NAICS Code:
    • 562910 - Remediation Services
  • Place of Performance:
    Cottonwood , ID 83522
    USA
Description

The Federal Aviation Administration (FAA) contemplates issuing a Screening Information Request (SIR) for environmental services necessary to perform a Remedial Action at the Cottonwood,Idaho Remote Center Air/Ground Comm Facility (RCAG).



The purpose of this pre-solicitation is to solicit statements of interest and capabilities from Small Business Administration (SBA) SEDB 8(a) certified business concerns capable of performing the type of work described in this notice.



The Contractor will provide all equipment, supplies, labor, transportation, and supervision necessary to perform the tasks described in the scope of work (SOW). The SOW includes, but is not limited to, the following:



• Utility locate services to identify all buried utility systems where subsurface work will take place.



• Excavation of 2 Burn Areas (identified in previous report), transport the burn debris and contaminated soil offsite for disposal. Dimensions of each excavation must measure at least 10ft x 10ft, with a minimum depth of 15-inches bgs; for total of 11 banked cubic yards of removal.




  • Contractor must speciate chromium concentrations between hexavalent and trivalent valence states for all confirmation samples.

  • Remove scattered broken cement asbestos board (CAB) and floor tile in an approximately 50x300-foot area around Burn Area 1.

  • Following completion of field activities, the sites must be restored to match the conditions observed prior to field activities by the Contractor. This must includes importing and spreading of E-1, or similar, fill material to restore the site to existing.



Please Note: Access the Cottonwood RCAG is restricted, all access by the contractor and their subcontractors must be coordinated in advanced, an FAA escort is required. Water, electricity, and restroom facilities are not available at the FAA facility.



In order to better understand the market for this potential requirement, the FAA requests the following information from interested SEDB 8(a) certified vendors:



1. Name of Company (the resultant Prime contractor that may ultimately be awarded the subsequent contract)



2. Address



3. Point of Contact name, email address and telephone number



4. UEI Number



5. Relevant experience on similar projects within the last five years. Please provide specific contract numbers, contact names and email information to support claimed capabilities.



The System for Award Management (SAM) registration for interested Contractors must show that they are an active SBA certified 8(a) program participant or the interested Contractor must provide a copy of their SBA 8(a) certification letter in their response to this notice to be considered for inclusion in the future solicitation.



Please submit your capability statement and the above information to Sonia.o.holguin@faa.gov no later than February 13, 2024 at 1400 Central Time.



Failure to respond to this pre-solicitation may preclude a Contractor’s ability to receive a copy of the future solicitation. Limit complete responses to no more than five pages. Information will not be released; however, mark PROPRIETARY on all documents submitted, as applicable.


Attachments/Links
Contact Information
Contracting Office Address
  • AAQ-500, FAA SW REGIONAL OFFICE 10101 HILLWOOD PKWY
  • FORT WORTH , TX 76177
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 06, 2024 02:20 pm CSTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >