Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2005 FBO #1314
SOLICITATION NOTICE

F -- Environmental Compliance and Remediation Services Contract at various Department of Defense (DoD) sites and Federal facilities.

Notice Date
6/30/2005
 
Notice Type
Solicitation Notice
 
NAICS
562910 — Remediation Services
 
Contracting Office
US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-05-R-0050
 
Response Due
8/31/2005
 
Archive Date
10/30/2005
 
Small Business Set-Aside
N/A
 
Description
PLEASE NOTE NEW CCR REQUIREMENTS There is a new Federal Integrated Acquisition Environment (IAE) initiative called Online Representations and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage, and viewing of many of th e representations and certifications required by the Federal Acquisition Regulations and previously found in solicitations. According to the language in FAR case 2002-024, vendors are required to use ORCA beginning 1 January 2005. Vendors may complete th is requirement by visiting http://orca.bpn.gov. To be eligible for contract award, a firm must be registered in the DOD Central Contractor Registration (CCR). Register via the CCR Internet site at http://ccr.edi.disa.mil or by contacting the DOD Electro nic Commerce Information Center at 1-800-334-3414. Prior to bidding, vendors must be actively registered in the Central Contractor Registration (CCR) system, and (ORCA) including creation of an MPIN number. In order to receive a solicitation one must register on the Kansas City District web site. The web address is http://www.nwk.usace.army.mil/contract/contract.html. The US Army Kansas City District Corps of Engineers is preparing to release a Request for Proposal for an Environmental Compliance and Remediation Services Contract at various Department of Defense (DoD) sites and Federal facilities. NAICS Code: 562910, Size Standard: (not to exceed) 500 employees The resulting contract will be an Indefinite Delivery/Indefinite Quantity (IDIQ) type contract for professional environmental compliance and remediation services for the Programs and Project Management Division of US Army Corps of Engineers Kansas City Dis trict. The Government anticipates awarding up to a total of three (3) contracts. The Government may elect to award less than three (3) contracts. The minimum guarantee of $20,000 applies to the term of the contract. 1. Contract Information: Professional commercial services, procured in accordance with FAR Part 37, are required to support environmental compliance and remediation activities assigned to the U.S. Army Corps of Engineers. An Indefinite Delivery/Indefinit e Quantity (IDIQ) type contract will be negotiated and awarded. The total contract period will not exceed five years. The contract may consist of a base period not to exceed one year, with a maximum of four one-year option periods. Alternatively, the co ntract may consist of one five-year contract period. The total amount of work will not exceed $10,000,000 per contract. Work will be issued by negotiated firm-fixed-price task orders. Award of the first contract is anticipated in fourth quarter of fiscal year (FY) 2005. The method used to allocate task orders among contracts will include consideration of experience and user needs, capacity to accomplish the order in the required timeframe, performance and quality of deliverables, and customer input or pre ference. Funds are not presently available for the contracts. This announcement is full and open. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determine relative to the employees office location (not the location of the work). Task orders may be for any work assigned to the Kansas City District, Northwestern Division; or the U.S. Army Corps of Engineers in the Continental United States (CONUS), or outside the United States, (OCONUS) 2. Project Information. Projects may include, but not necessarily be limited to, the following types of tasks: multi-media environmental and occupational safety and health compliance audits/assessments and training; preparation of complete or partial Env ironment Impact Statements (EIS), Environmental Assessments (EA), Environmental Baseline Studies (EBS), Environmental invent ories and related special studies documentation; cultural resources investigations; air emission inventories, permit applications, and conformity analyses; environmental management and compliance documents under various environmental statutes (i.e., CAA, C WA, ESA, RCRA, CERCLA, OPA); storm water pollution prevention planning; pollution prevention opportunity assessments; and other scientific and technological investigations related to environmental compliance to accomplish the mission and complete environme ntal assignments for the Kansas City District, U.S. Army Corps of Engineers Environmental sampling of various media (i.e., surface water, groundwater, surface and subsurface soils) would be conducted to support requested investigations, inventories, or a ssessments. 3. Formal source selection procedures will be followed as prescribed by Federal Acquisition Regulation (FAR) Part 15 and FAR Supplement as applicable. A contract will be awarded to the responsible firm whose proposal, conforms to the solicitation, and is determined the Best Value to the Government based on cost and non-cost factors. Proposals will be evaluated based on the following evaluation factors: Factor 1: Demonstrated breadth, knowledge and experience of current U.S. Army, U.S. Army Corps of Engineers and other military and Federal agency policies, guidance, and regulations for preparation of all levels of environmental documentation. Factor 2: Demonstrated experience in working environmental management and compliance projects/issues with U.S. Army, U.S. Army Corps of Engineers and other military and Federal agencies. Factor 3: Knowledge and experience with Endangered Species Act, Clean Air and Water Acts, CERCLA, National Historic Preservation Act, Coastal Zone Management Act, RCRA, and similar environmental compliance and management DoD guidance and regulations, and Executive Orders. Factor 4: Past Performance - Each Offerors past performance, as documented by customer references and interviews will be evaluated to determine if their performance was effective & timely, including adequate QC/QA documentation, in the majority of their c ontracts for similar work completed since January 1, 2001. Preference will be given to past experience with government contracts. Provide at least ten references. Factor 5: Cost/Price While cost/price to the Government is a consideration, it will not be the overriding basis for contract award. The proposed cost/price, and other non-price factors will be evaluated to determine the most advantageous proposal to the Government. Therefore, the Government reserves the right to award to other than the lowest cost/price proposal. The Solicitation and any amendments will be available on August 01, 2005 by electronic media only and can be downloaded free of charge via the Kansas City District web site. The web address is http://www.nwk.usace.army.mil/contract/contract.html Proposal Requirements. Interested firms having the capabilities to perform this work must submit technical and cost proposals to the address listed below no later than close of business (12:00 Noon Central Standard Time) on August 31, 2005. Submit respo nses to: U.S. Army Engineer District, Kansas City ATTN: CENWK-CT-C/Gulledge or Whitfield 757 Federal Building 601 East 12th Street Kansas City, Missouri 64106-2896 Any changes to established date/time for receipt of proposals will be made by amendment. Questions of a technical nature should be addressed in writing to Dr. Christopher White at Christopher.m.white@nwk02.usace.army.mil and those of a contractual nature to Mr. Gregg Gulledge at gregg.c.gulledge@nwk02.usace.army.mil
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
Country: US
 
Record
SN00839914-W 20050702/050630212150 (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.