Federal Contract Opportunity

Last Updated on 01 Jul 2025 at 8 PM
Solicitation
New york New york

Environmental Incinerator Stack Testing and New York State Department of Environmental Air Quality Emissions

Details

Solicitation ID 12639525Q0153
Posted Date 01 Jul 2025 at 8 PM
Response Date 23 Jul 2025 at 9 PM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Mrpbs Minneapolis Mn
Agency Department Of Agriculture
Location New york New york United states 12575

Possible Bidders

Science Applications International Corporation

San antonio King george Sterling heights Colorado sprin Springfield Warner robins Hyattsville Arlington Vista Stafford Fairfield Torrance Bedford Virginia beach El segundo Bothell Buffalo Mystic Herndon Santa monica Whittier San diego Beltsville Panama city beach Austin Washington Lorton Vienna Columbia Mclean Ridgecrest Colorado springs Reston Las vegas Poway North charleston Tampa Santa maria Marietta Middletown Fairfax Chantilly Havelock Annapolis junction Orlando San jose Indianapolis Oak ridge Crane Cookeville Aurora Bellevue El paso O fallon Chambersburg California Hackensack Sterling Huntsville Mc lean Cape canaveral Rosslyn Panama city Fort worth Falls church

Access Products Incorporated

Colorado springs Buffalo

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Supplycore Incorporated

Rockford Santa fe springs North kansas city Atlanta

Sign up to access Documents

Signup now

Background: NYAIC is an animal quarantine center used to screen birds and hoof stock entering the country. Around 1980, two gas-fired incinerators that burn propane were installed. These incinerators are located on the quarantine side. Shortly thereafter, the incinerators were “grandfathered” in for environmental compliance. Per the New York State Department of Environmental Conservation (NYDEC), the incinerators were permitted under classification code 7251 “Funeral Service and Crematories.” These incinerators are used to destroy animal bedding and other type 4 waste. Each incinerator has a capacity of 1000 lbs. per hour. In addition, a 400-kW emergency generator is used to provide power to the controls during power outages.

N.Y. DEC ratified revisions to the air emission standards. Per Title 6 of the New York Codes, Rules and Regulations (NYCRR) Subpart 219-4 - “Incinerators, Crematories,” incinerators and crematories installed prior to January 1, 1989, must meet more stringent air emission requirements. If the new standards are not met, NYAIC could possibly be fined and/or the incinerators shutdown until compliance is achieved.

Description of Services Required: The purpose of this Statement of Work (SOW) is to procure contractor services to Stack test two (2) incinerators and file the appropriate Air Quality Emissions Registration and or Permit with the NYS Dept of Environmental Conservation; services are anticipated to be rendered August 2025 - December 2025.

Site Visit: A site visit for this solicitation will be conducted on Wednesday, July 9, 2025, at 10:00 a.m. EDT at the U.S. Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS), Veterinary Services New York Animal Import Center (NYAIC), 474 International Blvd., Rock Tavern, New York 12575. VENDORS MUST SEND AN E-MAIL TO BRIAN KOWALCZIK ([email protected]) PRIOR TO JULY 9TH TO RSVP FOR THE SITE VISIT.

Attendance to the site visit is not a mandatory prerequisite of submitting a quotation in response to this solicitation, though Vendors are encouraged to make an on-site, in-depth review of the facility, equipment, job requirements, etc. prior to submitting a quotation. Vendors will not be reimbursed for any time or costs associated with attending the optional site visit.

Questions: Vendor questions must be submitted to Matthew Phillips ([email protected]) by 5:00 p.m. EDT Monday, July 14, 2025. Questions submitted after that time/date will be answered at the discretion of the USDA.

Evaluation of Quotes: The following factors will be utilized to evaluate quotations:

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

Award will be issued to the Vendor whose quote is determined to provide best value to the Government, price and other (technical) factors considered.

Technical factors, including the Technical Approach Narrative (Factor 1) and Experience & Past Performance (Factor 2), when combined, are significantly more important than cost or price (Factor 3).

Factor 1, Technical Approach Narrative: This Factor considers the Technical Approach narrative provided by the Vendor. The Vendor must provide a Technical Approach narrative, not-to-exceed five (5) pages in length, to specifically address how they will accomplish the scope of services required within this Statement of Work.

Factor 2: Experience and Past Performance – Experience and Past Performance will be evaluated for all projects submitted to demonstrate similar experience to ascertain the probability of successfully performing the required efforts of the Performance Work Statement.

The past performance evaluation will be specifically based upon the satisfactory completion of services performed compared to the services required under this solicitation, the record of conforming to contract requirements and standards of good workmanship, and the commitment to customer satisfaction. The Past Performance evaluation will also consider any past performance information regarding predecessor companies, key personnel who have relevant experience or subcontractors that performed major or critical aspects of the requirement when such information is relevant. For joint ventures, past performance records of both firms will be considered. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance.

Factor 2 Instructions - Vendors must use “Attachment 2 – Vendor Experience & Past Performance Sheet” and include a minimum of two (2) but no more than five (5) references for experience with projects of the same or similar service and magnitude. Each project must have been performed within the past five (5) years from the date of this solicitation. Vendors must complete the “Customer Identification” section within the attachment for each project referenced.

Note: In the case of a Vendor without a record of relevant past performance or for whom information on past performance is not available, the Vendor’s quotation will not be evaluated favorably or unfavorably on past performance.

Factor 3, Price Quotation: Vendors must submit their price quotations by utilizing the Attachment 1 – Vendor Quotation Sheet attached to this solicitation. The Vendor must only fill in the shaded areas of the pricing template.

Miscellaneous Documents: This is not an evaluation factor. However, failure to submit completed, required documents may result in the Vendor being considered non-responsive and eliminated from further consideration.

Quotation Submissions must include the following:

Attachment 1 – Vendor Quotation Sheet (completed);

Attachment 2 - Vendor Experience Sheet (completed);

Attachment 3 - Vendor FAR Representations Solicitation 12639525Q0153 (Miscellaneous Document)

Technical Approach narrative (must not exceed 5 pages in length);

Standard Form 1449 (Complete blocks 17a., 30a., 30b., and 30c.);

Signed Standard Form 30 for any amendments issued for this solicitation.

The resulting award will be a Firm Fixed-Price IDIQ contract. The Government may use various price analysis techniques and procedures to evaluate price reasonableness.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

Instructions to Vendors:

All Vendors must be registered in the System for Award Management (www.sam.gov).  The Vendor’s SAM.gov Unique Entity Identifier (UEI) must be specified within the quotation (Attachment 1).

The UEI will be utilized to obtain the Contractor’s SAM.gov Federal Contractors Registration within the System for Award Management (SAM) at http://www.sam.gov, in accordance with Federal Acquisition Regulation (FAR) 52.204-7. The Contractor’s registration within SAM must be current and active in SAM at time of quote and award. The online SAM Certification and Representations for business size determination must qualify as a small business in accordance with the applicable NAICS code 541620 – Environmental Consulting Services (2022 NAICS), with a Small Business Administration (SBA) size standard of $19.0 Million. The applicable Product Service Code (PSC) is F101.

Please note that registering in the SAM database is free of charge. Free SAM registration assistance can be obtained by calling the help desk toll free at 866-606-8220. Free assistance can also be found via Apex Accelerators; please visit the following website to find an APTAC center: https://www.apexaccelerators.us/#/.

Vendors must submit the following documents to the Contract Specialist, Matthew Phillips via e-mail at [email protected] prior to the closing time/date of the solicitation as stated within SAM.gov. Please be aware that the size of the email may take longer to send. If over 2MB, you may need to send more than one email. Please make sure that you receive an email back from the Contract Specialist stating that it has been received:

Completed and signed copy of SF1449 (Posted as an attachment with the solicitation on www.sam.gov).

Standard Forms (SF) 30 (If any Amendments are issued)

Completed Attachment 1 – Vendor Quotation Form

Completed Attachment 2 - Vendor Experience and Past Performance Sheet

Completed Attachment 3 - Vendor FAR Representations Solicitation 12639525Q0153 (Miscellaneous Document)

Similar Opportunities

New york New york 30 Jun 2026 at 4 AM (estimated)
New york New york 13 Sep 2025 at 4 AM (estimated)

Similar Awards

Great lakes Illinois 22 Oct 2018 at 10 PM
Great lakes Illinois 29 Jan 2024 at 9 PM
Rock island Illinois 13 Feb 2020 at 2 PM
Location Unknown 21 Jan 2020 at 8 PM
Location Unknown 28 Jan 2020 at 4 PM