Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 17, 2004 FBO #0781
MODIFICATION

Z -- Multiple Award Remediation Contracts (MARC), for the Louisville District and all U.S. Army Corps of Engineers Mission Boundaries

Notice Date
1/15/2004
 
Notice Type
Modification
 
Contracting Office
US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-04-R-0009
 
Response Due
2/2/2004
 
Archive Date
4/2/2004
 
Point of Contact
Jan Lambert, (502) 315-6214
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Louisville
(Janet.M.Lambert@LRL02.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Indefinite Delivery/Indefinite Quantity Contract using a variety of contract types: Fixed Price, Cost Reimbursement, or Guaranteed Fixed Price (GFPR) also known as Fixed Price Remediation with Insurance (FPRI) for broad-spectrum environmental servic es for the Louisville District and all U.S. Army Corps of Engineers Mission Boundaries. 1. CONTRACT INFORMATION: The Government intends to award five (5) set-aside for Small Business contracts with a pool of $100 million capacity. The contract period is a three (3) year base period with a two (2) year option (if exercised), with a possible two (2) year extension followed by a possible three (3) year extension of the contract, referred to as Award Terms for superior performance. The contract period consi st of a minimum of 3 years with potential to a maximum of 10 years. Individual Task Orders will typically be awarded competitively. The purpose of this notice is to advise prospective offerors that the acquisition will be solicited using Multi-Step Proce ss. This announcement represents the initial advisory step (STEP I PRESOLICITATION NOTICE). During this advisory step, the Government will use information submitted to recommend to offerors on whether they appear to be a viable competitor for subsequen t steps of the acquisition. NOTE: THIS STEP IS ONLY TO ADVISE OFFERORS IF THEY ARE VIABLE OR NOT VIABLE COMPETITORS FOR STEP II. IF YOU DO NOT PARTICIPATE IN STEP I, PRESOLICITATION NOTICE, AND WISH TO PARTICIPATE IN STEP II SOLICITATION, YOU ONLY NE ED TO SUBMIT A STEP II PACKAGE ADDRESSING ALL INFORMATION IDENTIFIED IN THE STEP II FEDBIZOPS ANNOUNCEMENT. Firms should provide a point of contact and email address with their information. Advice provided by the Government to the respondents in no way restricts offerors from participating in the subsequent steps of this acquisition. It is not the intent of the Government to provide each a detailed assessment, nor provide an out brief following this Step I information process. The Second Step (STEP II SOLICITATION) will be the evaluation of the response to the Request for Proposals (RFP); STEP II will be publicized at a later date. At the discretion of the Government, a Third Step (STEP III ORAL PRESENTATIONS) may be incorporated. This is a Set-Aside for Small Business procurement under NAICS Code 562910, Standard Industry Classification (SIC) Code 8744. The size standard is 500 employees or less. A firm must be registered in the Department of Defense (DoD) Central Contractor Registration (CCR). Re gister via the CCR Internet site at http://www.ccr.gov. For further questions and/or concerns please contact: CCR Assistance at (888) 277-2423 (Monday-Friday, 8 a.m.-6 p.m.) or Electronic Commerce Information Center (ECIC) at (800) 334-3414 (Monday-Frida y, 8 a.m.-6 p.m.). 2. CONTRACT SCOPE: The scope of this effort includes remediation service activities (NAICS Code 562910) mandated by the Defense Environmental Restoration Program (DERP), and other environmental laws and regulations requiring support a ctivities for military installations, Corps' civil works projects, and work for other agencies. The DERP projects will include Installation Restoration Program activities on active Army and Air Force installations and on Formerly Used Defense Sites (FUDS) . Other environmental laws and regulations mandating remedial actions include but are not limited to the federal and state versions of the Clean Air Act, the Clean Water Act, the Toxic Substances Control Act, the Comprehensive Environmental Response, Comp ensation and Liability Act (CERCLA), the Resource Conservation and Recovery Act (RCRA), Underground Storage Tank regulations, the National Environmental Policy Act (NEPA) and the Corps of Engineers regulations for Civil Works. The work to be performed und er this contract may be located anywhere within the USACE mission boundaries. Task Orders under this contract may include, but are not limited to, all aspects of CERCLA, RCRA and NEPA phases of remedial study, and construction associated with environmental restoration. This includes, but is not limited to, Environmental Compliance/Site Assessments, Remedial Investigations/Feasibility Studies (RI/FS), Engineeri ng Evaluation/Cost Analysis (EE/CA) and Remedial Actions under CERCLA, Operations and Maintenance (O&M), and the comparable studies and actions under RCRA. Other services may include Environmental Baseline Surveys (EBS), Environmental Assessments (EA), Fi nding of Suitability to Transfer (FOST) and Finding of Suitability to Lease (FOSL). Environmental actions may also incorporate or involve pollution prevention, compliance efforts, conservation and/or work under NEPA, as well as other environmental work a ssociated with other Corps missions. The Louisville District performs HTRW/OE services for the Department of the Army and other governmental agencies. OE work includes, but is not limited to, avoidance, removal actions, engineering evaluation/cost analyse s (EE/CAs) and Construction/Remediation support. Contractors may be asked to provide HTRW/OE services from initial studies through remediation and O&M at installations having numerous contaminated sites with complex environmental and OE issues. Scope may include performing conventional Ordnance and Explosives (OE) site investigations, evaluations, and responses as necessary to permit lands and waters potentially affected by OE operations to be safely and efficiently used for their intended purpose. The types of work to be performed could include, but is not limited to, soil remediation; sampling and analyzing materials and soils, transformers, tank contents and drums; remediation and/or decontamination of structures / components etc., associated with env ironmental remediation, installation of soil borings and groundwater wells; and installation of in-situ or ex-situ remediation treatment systems; and demolition. In addition, the types of work may involve removing, treating and disposing of wastes from or dnance, explosives and/or radiation; ordnance identification and avoidance; remediation /removal of low level radioactive wastes, operation and maintenance of facilities and installed systems, and the planning of work efforts required; preparation of remed iation investigation reports, completion reports, closure documentation, as-built drawings, etc. Task Orders generally require significant coordination between multiple customers, various Corps Divisions and Districts, various state regulatory agencies, and the Louisville District. The contractor and all Government personnel must be cognizant of the various operating procedures, requirements, and authorities granted for each entity involved in the process. The contractors must have an accurate and appro ved cost accounting system. The contractor shall have the ability to obtain insurance for performing Guaranteed Fixed Price Remediation. An extensive management information system (MIS) is required. 3. SELECTION CRITERIA: For Pre-Solicitation review, C ontractors are to submit an Executive Summary, previously called Statement of Qualifications (SOQ), of your qualifications for the above Scope of Work. Contractors should address any and all information that they believe will demonstrate that they have th e resources and capabilities to perform the requirement of this resultant contract. The page limit for the Executive Summary is 10 pages, 8-1/2 x 11, single-sided, 12 pt. font (minimum) is required. Any information provided in excess of the 10-page limit will not be considered. 4.0 SUBMITTAL REQUIREMENTS: Interested firms are invited to provide one (1) signed original and five (5) copies of your Executive Summary to the USACE no later than 4:30 pm local time on 2 February 2004. Two solicitations for s imilar work will be issued simultaneously, under Solicitations W912QR-04-R-0008 (full and open / $300 million capacity) and W912QR-04-R-0009 (small business set -aside / $100 million capacity). If a small business vendor wishes consideration for both the full and open and the small business solicitations, a separate submittal package is required for each solicitation. Since the same small business cannot be awar ded contracts under both solicitations, those firms seeking dual consideration may specify a preference for which solicitation they would most desire award. However, the government will make the selection on the basis of the best interest of the Governmen t. Submittals must be addressed as follows: U.S. Army Corps of Engineers, Louisville District, CELRL-CT-C, ATTN: B.J. Durrett, Room 821, 600 Dr. Martin Luther King Jr. Place, Louisville, KY 40202. Administrative and procedural questions shall be direc ted to B.J. Durrett at (502) 315-6184. FAXED or EMAILED SUBMITTALS WILL NOT BE ACCEPTED. Extraneous materials (Brochures, etc.) are NOT desired and will not be considered. This is NOT a request for a proposal. Once the actual solicitation is issued, i nformation regarding the solicitations availability will be posted on the Louisville District website. Interested offerors must register through the Louisville District homepage at http://www.lrl.usace.army.mil/ebs. FTP access is through http://www.lrl.u sace.army.mil/advertisements/. Telephone requests/faxes will not be honored.
 
Place of Performance
Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
Country: US
 
Record
SN00504673-W 20040117/040115212117 (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 |
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.