Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 30, 2025 SAM #8586
SOLICITATION NOTICE

F -- Umiat Release Investigation

Notice Date
5/28/2025 9:47:13 AM
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
697DCK REGIONAL ACQUISITIONS SVCS FORT WORTH TX 76177 USA
 
ZIP Code
76177
 
Solicitation Number
697DCK-25-R-00353
 
Response Due
6/9/2025 12:00:00 PM
 
Archive Date
06/24/2025
 
Point of Contact
Sonia Holguin, Phone: 8172224397
 
E-Mail Address
sonia.o.holguin@faa.gov
(sonia.o.holguin@faa.gov)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
The Federal Aviation Administration (FAA) contemplates issuing a Screening Information Request (SIR) for environmental services necessary to perform a remedial action and remedial investigation at the former Umiat Range 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. Full SOW and details will be issued at Solicitation phase. The Contractor will provide all equipment, supplies, labor, transportation, and supervision necessary to complete the tasks described in the scope of work (SOW). The SOW includes, but is not limited to, the following: � All work must be performed in accordance with 18 AAC 75, ADEC Field Sampling Guidance, and Biogenic Interference and Silica Gel Cleanup. This must include preparation of a Conceptual Site Model (CSM) and completion of an Ecoscoping form for each AOC, though AOC�s may be combined if the contaminants and exposure pathways are identical. � Due to the remote nature of the former Umiat Radio Range facility there are no known FAA utilities. � Generally, the scope is to delineate the metal and petroleum contaminated soil, sediment, and surface water associated with historical FAA activities, as described in each subsection. � Sites include 2 Ponds and a former Drum � Addtionally, Contractor must collect surface water and sediment samples from 8 nearby tundra ponds to establish background conditions. Surface water and sediment samples must be analyzed for RCRA Metals (dissolved and total), GRO, RRO, DRO, PAHs, and VOCs; Contractor must calculate TAH and TAqH concentrations for all surface water samples. � Contractor must perform a horizontal and vertical survey of all surface water and soil sample locations, and any other locations deemed to be pertinent to the project. � Following completion of field activities, the sites must be restored to the preexisting conditions. No materials or equipment be left at the facility � The Contractor is responsible for obtaining all permits and permissions and submitting all notifications required to complete this scope of work. � All environmental samples must be analyzed by a laboratory that has been approved or certified by the state or territory agency in which the samples are being collected � Field work required in this contract must occur in the Spring/Summer of 2026. *** The Umiat Radio Range is not connected to the state�s road system and is accessible either by land or helicopter. There is no remaining FAA infrastructure and therefore there are no FAA imposed access restrictions on the former facility. The project site is however located on property owned by Alaska Department of Transportation and Public Facilities and a Right of Entry permit must be obtained by the Contractor. *** The Contractor must provide transportation for 1 FAA representative to Umiat whenever the site is accessed by the Contractor or their subcontractor(s). Due to the absence of commercial lodging options lodging and meals must be provided to the FAA representative by the Contractor throughout the project duration, equivalent to the accommodation provide to the Site Superintendent or Field Team Lead. 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 June 9, 2025 at 1400 Central Time. Failure to respond to this pre-solicitation will 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ae1fb8d6feda445c99681a6852af61fe/view)
 
Place of Performance
Address: Fairbanks, AK 99790, USA
Zip Code: 99790
Country: USA
 
Record
SN07457451-F 20250530/250528230051 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.