SOLICITATION NOTICE
F -- Multiple Award Remediation Contracts (MARC) for Washington, Oregon, Idaho and Montana
- Notice Date
- 1/28/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Engineer District, Seattle - Civil Works, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
- ZIP Code
- 98124-3755
- Solicitation Number
- DACW67-03-R-0009
- Archive Date
- 5/17/2003
- Point of Contact
- Bonilie Lackey, 206-764-4481
- E-Mail Address
-
Email your questions to US Army Engineer District, Seattle - Civil Works
(bonilie.l.lackey@nws.usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA The Seattle District is soliciting proposals for multiple award, multiple year contracts to perform multidisciplinary hazardous, toxic and radiological waste remediation (HTRW), Interim Remedial Action projects (IRAs) and Remedial Action projects (RAs), sh ort term groundwater well monitoring, short term operation of treatment facilities, and other related environmental compliance, abatement, prevention, minimization, restoration and improvements projects in support of both military and civil funded programs in the four state geographical region. Examples of types of projects anticipated include but are not limited to: landfill capping, environmental sampling analysis and monitoring activities; the installation, maintenance, replacement and abandonment of groundwater monitoring, extraction, and in jection wells; conduct contaminated soil excavation and disposal; plan and conduct hazardous waste debris removal and disposal; Unexploded Ordnance (UXO) avoidance and UXO construction support; asbestos and lead based paint survey, abatement and disposal; design and perform storage tank removals and system upgrades; design and install treatment facility efficiency upgrades; design and install HTRW treatment systems; design and construct pollution prevention and waste minimization projects; and design and co nstruct habitat and wetland mitigation projects. The contractor may be required to operate and maintain treatment systems that may involve soil vapor extraction, bioventing, extracting of free product, and treatment of groundwater. Work on most projects will include the development of both draft and final technical plans reports, as well as reports routinely associated with environmental restoration activities and plans (i.e. annual reports, quality control summary reports, site sampling reports, sampling and analysis plans, quality assurance plans, site closure reports, plans and specifications, etc.). Three Firm-Fixed Price Indefinite Delivery-Indefinite Quantity contracts are anticipated to be awarded as a result of this solicitation. As requirements develop, task orders will be issued on a competitive or sole source basis to the awardees of this soli citation at the Government?s option. Awardees may also compete with other sources (e.g., 8(a) contractors) for projects. Projects may range from remediation, based on provided design documents both formal and informal, to design-build remediation project s. Projects may be simple to highly complex in nature. Each contract will include a base year and four option periods. Maximum value of all work awarded under the MARCs will be limited to $5 million per period and $25 million over the life of the contra cts. There are no minimum or maximum task order limits established under the MARCs but no single task order will exceed the contract period limit. To be eligible for contract award a firm must be registered in the DoD Central Contractor Registration (CCR) database. Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-888-227-242 3. The North American Industry Classification System (NAICS) Code is 562910 with a size standard of 500 employees. This requirement is 100% set aside for small business. For the purposes of this procurement, a concern is considered a small business if it e mploys 500 employees or less. For additional contracting opportunities, visit the Army Single Face to Industry at http://acquisition.army.mil/. This solicitation will be issued as an Electronic Bid Set (EBS) on the Seattle District U.S. Army Corps of Eng ineers Web page in electronic format only. No disks will be mailed. Firms must register via the Internet at the following address: http://www.nws.usace.army.mil/ct/ in order to receive notification of solicitation/amendment posting. The solicitation wi ll be available for download on or about 14 February 2003. The proposed procurement will result in a fixed price contract.
- Place of Performance
- Address: US Army Engineer District, Seattle - Civil Works ATTN: CENWS-CT, PO Box 3755 Seattle WA
- Zip Code: 98124-3755
- Country: US
- Zip Code: 98124-3755
- Record
- SN00247984-W 20030130/030128213344 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |