Environmental Service Tenders
Environmental Service Tenders
DEPT OF THE AIR FORCE USA Tender
Environmental Service...+1Chemical Products
United States
Closing Date13 Feb 2025
Tender AmountRefer Documents
Sources Sought Synopsis (not A Notice Of Solicitation) fa860125r0012. the United States Air Force, Lcmc/ Operational Contacting Division, Wright-patterson Afb, Ohio Is Seeking Capabilities Packages Of Potential Sources, Including Small Business (sb), 8(a), Hubzone, Women-owned (wo) And Service-disabled Veteran-owned (sdvo) Small Businesses That Are Capable Performing Chemical Testing Of Water And Hazardous Waste (hw) Characterization Testing Defined In The Attached Performance Work Statement (pws). The Contractor Shall Perform Chemical Testing Of Water Samples For Compliance With National Pollutant Discharge Elimination System (npdes) Permit Requirements Based On Ohio Environmental Protection Agency (oepa) Standards And The Standards Specified In The Pws. The Contractor Shall Supply Shipping Containers, Packing Materials, Ice/refrigerants, Preservatives, Labels, Proper Markings/identification, Sample Collection Instructions, Custody Seals, And Chain-of Custody Forms For All Samples To Be Analyzed. Firms That Respond Shall Specify That Their Capabilities Meet The Specifications Provided Below And In The Attachment And Provide Detailed Information To Show Clear Technical Compliance. Additionally, Performance History, Including Recent Commercial Customers, Shall Be Included To Determine Commerciality. This Is A Blanket Purchase Agreement. detailed Specifications Are Listed In The Attachment Identified Below: performance Work Statement “water Lab Analysis” all Interested Firms Shall Submit A Response Demonstrating Their Capability To Provide This Service To The Primary Point Of Contact Listed Below. As Stipulated In Far 15.201, Responses To This Notice Are Not Considered Offers And Cannot Be Accepted By The Government To Form A Binding Contract. No Solicitation (request For Proposal) Exists; Therefore, Do Not Request A Copy Of The Solicitation. The Decision To Solicit For A Contract Shall Be Solely Within The Government's Discretion. the Naics Code Assigned To This Is 541380, “testing Laboratories”, With A Small Business Size Standard Of $19.0m. Firms Responding Should Indicate Their Size In Relation To This Size Standard, And Indicate Socio-economic Status (sb, 8(a), Sdvo, Wo, And Hubzone Small Business). Respondents Are Further Requested To Indicate Their Status As A Foreign-owned/foreign-controlled Firm And Any Contemplated Use Of Foreign National Employees On This Effort. The Government Reserves The Right To Consider A Small Business Set-aside Based Upon Responses Hereto For Any Subsequent Action. All Prospective Contractors Must Be Registered In The System For Award Management (www.sam.gov) Database To Be Awarded A Dod Contract. No Set-aside Decision Has Been Made. Note That A Key Factor In Determining An Acquisition To Be A Small Business Set Aside Is That Small Business Prime Contractors Must Perform At Least 50% Of The Effort, As Defined In Federal Acquisition Regulation (far) Clause 52.219-14. any Information Submitted By Respondents To This Sources Sought Synopsis Is Voluntary. This Sources Sought Notice Is Not To Be Construed As A Commitment By The Government, Nor Will The Government Reimburse Any Costs Associated With The Submission Of Information In Response To This Notice. Respondents Will Not Be Individually Notified Of The Results Of Any Government Assessments. The Government's Assessment Of The Capability Statements Received Will Factor Into Whether Any Forthcoming Solicitation Will Be Conducted As A Full And Open Competition Or As A Set-aside For Small Business, Or Any Particular Small Business Program. capabilities Package:
interested Parties Shall Submit A Capabilities Package, With A Cover Letter, That Is Brief And Concise, Yet Clearly Demonstrates Ability To Meet The Stated Requirements With Sufficiently Qualified Personnel, As Outlined In The Attached Draft Pws. Capability Packages Must Not Exceed 25 Pages. responses Should Include The Following: 1. Company Name, Physical And Mailing Address: 2. Point Of Contact With Phone Number And Email Address: 3. Statement Of Your Intention To Submit A Bid For This Requirement As A Prime Contractor: 4. A Statement As To Whether Your Company Is Domestically Or Foreign Owned Or Controlled (if Foreign, Please Indicate The Country), And Whether Use Of Any Foreign National Employees Are Contemplated On This Effort: 5. If Subcontracts Are To Be Used, Provide Anticipated Percentage Of Effort To Be Subcontracted And Whether Small Or Large Businesses Will Be Used. Teaming And/or Subcontracting Arrangements Should Be Clearly Delineated And Previous Experience In Teaming Must Be Provided: 6. Statement As To Your Capability (including Financial) And Capacity To Perform And Manage The Work: 7. Statement Explaining How Your Company Will Perform This Work: 8. Statement Of Business Size In Relation To The Size Standard Stated Above: 9. Statement Of Socio-economic Status (e.g. Large, Small, 8(a), Hubzone, Service-disabled Veteran-owned Small Business, Etc): 10. Unique Entity Identifier (uei) Number And Commercial And Government Entity (cage) Code: advertising Or Marketing Information Is Not Appropriate.
responses May Be Submitted Electronically To Ssgt Brandon Bolen At The Following E-mail Address: Brandon.bolen.2@us.af.mil. All Correspondence Sent Via Email Shall Contain A Subject Line That Reads " Fa860125r0012 Water Lab Analysis." If This Subject Line Is Not Included, The Email May Not Get Through Email Filters At Wright-patterson Afb. Filters Are Designed To Delete Emails Without A Subject Or With A Suspicious Subject Or Attachments. Attachments With Files Ending In .zip Or .exe Are Not Allowable And Will Be Deleted. Ensure Only .pdf, .doc, .docx, .xsls Or .xls Documents Are Attached To Your Email. responses Are Due Not Later Than 13 February 2025 By 2:00 Pm Est. Direct All Questions Concerning This Acquisition To Ssgt Brandon Bolen: Brandon.bolen.2@us.af.mil.
Offizielle Bezeichnung HIM GmbH, Bereich Altlastensanierung HIM ASG Tender
Environmental Service
Germany
Closing Date12 Feb 2025
Tender AmountRefer Documents
Negotiated award with public competition (service) Asg/97/247 Engineering services 05/2025-04/2028 plus option until 04/2029 Engineering and expert services as part of a dormant groundwater remediation project: - Monitoring - Documentation - Risk assessment - Recommendations for action - Support for the client ... Multi-engineering and expert services as part of a dormant groundwater remediation project: - Monitoring - Documentation - Risk assessment - Recommendations for action - Support for the client, General The subject of this tendering procedure is engineering and expert services for the monitoring of a dormant groundwater remediation project in Wiesbaden, former. Chemische Fabrik Lembach Und Schleicher In the period 05/2025 to 04/2028 (with optional extension for a further year until 04/2029): - Familiarization with the existing project and the project documents including on-site appointments, summarizing the state of knowledge, - Visual condition check of the groundwater remediation plant every six months, - Planning and implementation of groundwater monitoring every six months, - Project management, quality assurance and public relations, - Testing and documentation of the measuring point status, - Documentation services and data management groundwater manager, - Preparation and participation in the awarding of third-party services, such as analysis services and operating, maintenance and repair services for the remediation plant, - Drawing up a concept for investigating damage in the tertiary period (optional), - Definition of trigger criteria for resuming groundwater remediation. Selected applicants will be able to find details in the job description at a later date.
Kerala Electrical And Allied Engineering Company Limited - KEL Tender
Solid Waste Management...+1Environmental Service
Eprocure
India
Closing Date22 Jan 2025
Tender AmountINR 4.9 Million (USD 56 K) This is an estimated amount, exact amount may vary.
Installation Of 10 Kld Effluent Treatment Plant At Kerala Books And Publication Society, Thrikkakara, Ernakulam
DEPT OF THE ARMY USA Tender
Environmental Service
United States
Closing Date13 Feb 2025
Tender AmountRefer Documents
The Intent Of This Notice Is To Determine The Interest Of Small Businesses (e.g. Small Business, 8(a), Hubzone, Sdvosb, Wosb, Vosb.) the Following Is A Sources Sought Notice. The Government Is Seeking To Identify Qualified Sources Under North American Industry Classification System (naics) 562910 – Environmental Remediation Services. This Sources Sought Announcement Is For Market Research Information Only And Is To Be Used For Preliminary Planning Purposes. No Proposals Are Being Requested And None Will Be Accepted In Response To This Notice. This Is Not A Solicitation For Proposals, And No Contract Will Be Awarded From This Notice, Nor Does It Restrict The Government As To The Ultimate Acquisition Approach. The Government Will Not Reimburse Respondents For Any Cost Incurred In Preparation Of A Response To This Notice. the U.s. Army Corps Of Engineers, Kansas City District Seeks Qualified Environmental Remediation Services Firms Interested And Capable Of Conducting Remedial Action Activities At The Welsbach Superfund Site, Gloucester City And Camden, Camden County, New Jersey. a Single Award Task Order Contract (satoc) Is Being Contemplated To Support The Welsbach Superfund Site: (the Following Information Is In The Early Planning Stages And May Be Subject To Change): the Welsbach/general Gas Mantle Superfund Contamination Site (welsbach/ggm Or Site) Is A Multi-property Site Located In Gloucester City And Camden, Camden County, New Jersey. The Site Consists Of Two Former Gas Mantle Manufacturing Facilities, Along With Commercial, Industrial, Recreational, And Residential Properties Surrounding The Former Facilities. The Remedial Action Activities Will Primarily Be Located On Former Welsbach Facility, Which Is Located On The Gloucester Marine Terminal (gmt) Property. The Gmt Property Is An Active Port, Warehouse, And Logistics Facility. The Property Is Owned By Gmt, Realty Limited Liability Company (llc) And Is Operated By Gloucester Marine Terminal, Llc Through Holt Logistics. The Gmt Property Is Approximately 95 Acres, And It Has 25 Buildings And 4 Berths. This Facility Is The Largest Fruit And Vegetable Importer On The East Coast And Del Monte Conducts Operations On A Portion Of This Port. the Work And Services Shall Consist Of Environmental Services To Support The U.s. Army Corps Of Engineers, Philadelphia District (nap) In Environmental Investigation, Construction, Preparation Of Appropriate Documents, Monitoring And Restoration Associated With The Welsbach/ggm Superfund Site. Work May Include: Construction Remedial Action Activities Consisting Of The Excavation, Transportation And Disposal Of Radiological Contaminated Soil, Including General Conditions, Project Support, And Waste Handling And Management. Waste Handling And Management Shall Include Task Management, Waste Soil Loadout, Material Staging Area Maintenance And Vicinity Property Wastewater Treatment. Preparation Of Appropriate Documentation For The Remediation. General Conditions Activities Shall Include Project Management, Community Relations, Real Estate Support, It Support, Project Wide Training And Task Order Close Out. Project Support Activities Shall Consist Of Environmental Monitoring And The Continued Operation And Maintenance Of The On-site Laboratory And Database System. value Of The Satoc Will Be $95,000,000.00. it Is Anticipated That This Solicitation Will Be Published On The Sam.gov Website In Fiscal Year 2025. The Period Of Performance For The Planned Satoc Is Five (5) Years. the Purpose Of This Sources Sought Notice Is To Obtain Insight Into The Interest, Capabilities, And Qualifications Of Firms; As Well As Assist The Government In Preparing Market Research And Establishing An Acquisition Strategy In Support Of This Effort. the Kansas City District Is Soliciting Feedback From Industry As Part Of Our Market Research Efforts Associated With This Acquisition And Is Considering Various Acquisition Strategies To Deliver This Project And Requests Input From Industry. The Following Information Is Requested In This Sources Sought (ss) Announcement With A Limit Of Eight (8) Pages For Your Response: 1. Organization Name, Address, Email Address, Website Address, Telephone Number, And Business Size (e.g. Small Business, 8(a), Hubzone, Sdvosb, Wosb, Vosb, Other) And Type Of Ownership For The Organization; Include Unique Entity Id Number And Cage Code. 2. Provide A Description Of Your Firm’s Interest In Providing A Proposal For The Work Described Above. please Provide At Least 2 Recent Relevant/comparable Projects Performed Within New York Or New Jersey Within The Past Seven (7) Years (no More Than 2 Pages Per Project). The Completed Projects Shall Demonstrate Your Firm’s Capability To Execute Remediation Efforts. For Each Project Provided It Is Recommended To Include: A Brief Description Of The Project And How It Is Comparable To The Work Required For This Project, Customer Name And Contact Information, Customer Satisfaction, Contract Type (e.g., Firm Fixed Price, Fixed Price Incentive, Cost Plus Fixed Fee, Etc.), And Dollar Value Of Each Project. An Experience Form Is Attached. Its Use Is Not Required; However, Please Ensure All Requested Information Is Provided. projects Considered Similar In Size And Scope To This Project Include: large Scale Construction Remediation To Include Shoring, Dewatering, Excavation, And Handling Of Radiologically Impacted Soils; preparation Of Environmental Work Plans And Reports; groundwater Monitoring And Field Data Collection; environmental Investigation, Design, Remediation And Transportation And Disposal Of Radiological And Non-radiological Material; collection, Management, And Treatment Of Water During Excavation Activities; radiation Air Perimeter Monitoring; health Physics, Radiation Safety And Radiation Training; extensive Community Relations Experience; management And Technical Staffing Of The On-site Laboratory; knowledge Of The Locality Such As Project History, Geological Features, Climate Conditions, Federal (epa Region And State (njdep) Oversight Agencies; projects That Demonstrate Experience As The Prime Contractor In Managing A Cost Reimbursable Project In Excess Of $8m qualified Personnel Are Required With Recent Knowledge And Experience In: environmental Response Actions Associated With Investigation, Removal, And Construction Activities Mandated By Epa. Construction Remediation Expertise With Knowledge Of Shoring, Dewatering, Handling Radiological Contaminated Material And Working On Multiple Properties At The Same Time; analysis Of Radiological And Non-radiological Data In Soil And Groundwater; site Applicability Of Using The Multi-agency Radiation Survey & Site Investigation Manual (marssim); consultation/coordination With Other Federal, State, And Local Agencies And Stakeholders, Including Commercial And Individual Property Owners; experience In Projects Executed In Extremely Active Industrial Areas Requiring Continuous Coordination With The Property Owner. 3. Documentation From Bonding Company Showing Current Single And Aggregate Performance And Payment Bond Limits. 4. Identify If, Based Upon The Scope Of These Project(s), You Would Form A Joint Venture Or Teaming Arrangement To Execute This Work. Provide Teaming Or Joint Venture Information, If Applicable, Including Unique Entity Id Number And Cage Code. 5. Provide Your Firm’s Capabilities/availabilities In Performing The Required Environmental Remediation Efforts, Given The Current Market Conditions. Identify Any Workload Constraints Regarding The Items You Indicated Your Firm Is Interested In Submitting A Proposal. 6. Does Your Firm See Any Constraints Regarding Available Personnel, Equipment, And/or Materials Required To Perform The Planned Environmental Remediation Efforts, Given The Current Market Conditions. Please Explain Any Market Pressures That May Be Apparent In 2025 Through 2030. Small Businesses Are Reminded Under Far 52.219-14, Limitations On Subcontracting; They Must Perform At Least 15% Of The Cost Of The Contract, Not Including The Cost Of Materials, With The Firm’s Own Employees For General Construction-type Procurement. Include The Percentage Of Work That Will Be Self-performed On This Satoc, And How It Will Be Accomplished. 7. Provide Input On Any Concerns Or Risks Your Firm Has, Based On The Information Provided In This Sources Sought. please Send Your Sources Sought Responses Via Email To Lauren.o.minzenberger@usace.army.mil. this Sources Sought Is For Market Research Purposes Only And Is Not A Request For Proposal Nor Does It Restrict The Government As To The Ultimate Acquisition Approach. The Government Will Not Reimburse Respondents For Any Costs Incurred In Preparation Of A Response To This Notice. cid
Uk Research And Innovation - UKRI Tender
Environmental Service
United Kingdom
Closing Date12 Feb 2025
Tender AmountGBP 2 Million (USD 2.4 Million)
India – Uk Collaborative R&d For Industrial Sustainability, Round 2
ENVIRONMENTAL PROTECTION AGENCY USA Tender
Environmental Service
United States
Closing Date13 Feb 2025
Tender AmountRefer Documents
B--new Simplified Acquisition To Procure Glass Fiber Filters And Quartz Filters.
2101-2110 of 2470 archived Tenders