Ohio Bids > Bid Detail

PFAS/PFOA Treatment and Disposal from Retention Pond

Agency:
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159359335945126
Posted Date: Sep 29, 2023
Due Date: Oct 2, 2023
Source: https://sam.gov/opp/c9fe0bf0ec...
Follow
PFAS/PFOA Treatment and Disposal from Retention Pond
Active
Contract Opportunity
Notice ID
FA860123R0029
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
Office
FA8601 AFLCMC PZIO
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Sep 29, 2023 10:24 am EDT
  • Original Published Date: Sep 12, 2023 10:41 am EDT
  • Updated Date Offers Due: Oct 02, 2023 01:00 pm EDT
  • Original Date Offers Due: Sep 21, 2023 01:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Oct 17, 2023
  • Original Inactive Date: Oct 06, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: F108 - ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION
  • NAICS Code:
    • 562211 - Hazardous Waste Treatment and Disposal
  • Place of Performance:
    Wright Patterson AFB , OH 45433
    USA
Description View Changes

COMBINED SYNOPSIS/SOLICITATION





This is a combined synopsis/solicitation (“synopsitation” hereafter), which is expected to result in award of a Firm Fixed Price contract for commercial services, removal and treatment of PFAS/PFOA from accumulated water from fire training area retention pond as described in the Performance Work Statement (attachment 1). The synopsitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. An award, if any, will be made to the responsible offeror who submits a proposal that (1) conforms to the requirements of the synopsitation; (2) that receives a rating of “Acceptable” on the Technical Capability evaluation factor (attachment 2); and (3) that submits the proposal with the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable. The Government reserves the right to award without discussions or make no award at all depending upon (1) the quality of proposals received and (2) the price fair and reasonableness of proposals received.

Award will be made to lowest priced technically acceptable offer of either On-Site or Off-Site service.





Synopsitation Number: FA8601-23-R-0029





NAICS Code: 562211





Small Business Size Standard: $47 Million





Set-Aside: No





Synopsitation Closing Date: Proposals must be received not later than 1:00pm Eastern, 2 October 2023





Submit electronic proposals via e-mail to: alisha.cvitkovich@us.af.mil





Any correspondence sent via e-mail must contain the subject line “Synopsitation FA8601-23-R-0029.” The entire proposal must be contained in a single e-mail that does not exceed 15 megabytes including attachments, if any. E-mails with compressed files are not permitted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e., .exe or .zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only .pdf, .doc, .docx, .xls or .xlsx documents are sent. The email filter may delete any other form of attachments.





Address questions regarding this synopsitation to Alisha Cvitkovich at (937) 705-9303 or via e-mail at alisha.cvitkovich@us.af.mil





A detailed description of the requirement including a draft contract with line items, delivery schedule, period of performance, inspection and acceptance information, other terms and conditions, provisions and clauses, representations and certifications, specific instructions for submission of proposals,an explanation of how proposals will be evaluated, performance work statement, and wage determinations, are pvovided in the attached documents. Upon award, any provisions that were in the draft contract (including representations and certifications) will be removed from the award document. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023-04.



As of 28 September THE OHIO EPA INFORMED WPAFB OF A REGUALTION THAT MAKES ONSITE TREATMENT NOT A VIABLE METHOD. ONLY OFFSITE DISPOSAL PROPOSALS WILL BE CONSIDERED. THE UPDATED PWS HAS BEEN POSTED ALONG WITH A NEW AMENDMENT



Proposal Due Date has changed to October 2, 2023 by 1:00pm EDT



See attached Amendments



Questions accepted until 1:00PM EDT 26 September 2023



Additional Q&A is attached to this posting.





Questions & Answers:





1). Does treated water need to analytical prior to discharge to the WRC?



Yes and will need to be 70 or below to discharge



If so do we need to do that each time or can we prove the system out and then discharge direct to the WRC in subsequent months?



Need to do 1 Analysis at the beginning and then Quarterly Analysis’s after that.





2). Is electricity available at the pond or should we plan to use a diesel pump?



Yes electricity is available





3). In attachment # 2 on Pg 2 under sub factor 3 Deliverables, it references ( PWS paragraphs 4.4 ). It appears to me that may have been a typo and was intended to be referencing 4.3 ? If this is the case 4.3 states needing a cover letter for documentation of work performed. Unclear if this is talking about needing a cover letter with the redacted report from previous job or it is for documentation of work performed after the contract is awarded. We have included the redacted report from previous job in our package under subpart 3 but just wanted to be sure I didn't need to have it as separate attachment with cover sheet.



Subfactor 3 should read 4.3,

Yes, a sample cover letter would need to be included, so the technical team can see how it would be submitted.



4). Is there a building near the pond where a mobile treatment system can be housed in the winter months to prevent freezing?



There is no building for storage at the site.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 937 656 5842 1940 ALLBROOK DR BLDG 1 RM 109
  • WRIGHT PATTERSON AFB , OH 45433-5344
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >