Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2005 FBO #1356
SOLICITATION NOTICE

F -- Environmental Remediation Services Location: Nationwide

Notice Date
8/11/2005
 
Notice Type
Solicitation Notice
 
NAICS
562910 — Remediation Services
 
Contracting Office
US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-05-R-0020
 
Response Due
10/5/2005
 
Archive Date
12/4/2005
 
Small Business Set-Aside
N/A
 
Description
Indefinite Delivery Indefinite Quantity for Environmental Remediation Services, within the United States and its outlying areas. Description The Government intends to award up to five Indefinite Delivery, Indefinite Quantity (IDIQ) multiple award contracts under Full and Open Competition (Unrestricted), with the total capacity of the possible 5 contracts combined, not to exceed $200 Million ove r a five-year period (2 year base period and one three-year option period). Each of the unrestricted multiple-award contractors will be afforded a fair opportunity to be considered for each task order, except as otherwise provided by FAR 16.505 or DFARS 2 16.505-70. There is no limitation to the size of Task Orders issued other than the maximum contract value. Work performed under these contracts may be either Civil or Military projects for various and varied Government agencies (federal, state or local) in locations nationwide to include all U.S. territories. Work may include providing support to the Departmen t of Defense (DOD) Environmental Restoration Program (ERP), Base Realignment and Closure (BRAC) Program, the Environmental Protection Agencys Superfund Program, and other Federal Environmental Programs, to include other environmental projects mandated by the Defense Environmental Restoration Project (DERP), Formerly Utilized Sites Remedial Action Program (FUSRAP), and other environmental laws and regulations requiring support activities for military installations, Corps civil works projects, Support for O thers, Work for Others, and Hazardous Substances Support Management Software (HSMS), and the Military Munitions Response Program (MMRP). Each Contract will have the ability for issuance of firm fixed-price, fixed-price with insurance, and/or cost reimbursement type task orders. The type of work to be accomplished may include, but is not limited to: nature-and-extent characterization of hazardous site; report and decision document preparation; community outreach/communications; troubleshooting; inspection; quality control testing; sampling and analyzing the contents of variety of tanks, drums and transformers; removing tanks, drums, transformers and treatment of their waste and contaminated soil; erection of containment structure; sampling and testing of water and soil samples; ins talling monitoring wells; abandonment of wells; constructing caps, slurry walls and grout curtains; removing unsafe buildings with and without asbestos; lead based paint abatement; installing soil-venting systems, groundwater treatment systems, and thermal extraction systems; incinerating a variety of types of contaminated materials; removing, treating and disposing of wastes from explosives and/or radiation; military munitions removal; installing new tanks and water supply systems; operation and maintenanc e of facilities; providing temporary or permanent relocation and other assistance to affected residents and businesses; providing security services at applicable sites and O&M for personal property; and the planning of work efforts. Task orders may also in clude short term Real Property Maintenance Activity functions (O&M) at government installations such as operations of treatment plants, etc. short term O&M is that activity which is required to activate, operate, and maintain a treatment plant or process for period of time sufficient to correct all system deficiencies and continue those activities until the customer is prepared to assume operation. Specific scope of work for specific projects will be issued with each Task Order. The type of task order utilized will be determined on a case-by-case basis by the Government. Business Size The Small Business Size Standard for this solicitation is 500 Employees. NAICS, FSC, SIC Code This procurement will be conducted under North American Industrial Classification Series (NAICS) code 562910, Environmental Remediation Services. The Federal Supply Code (FSC) wi ll be F108, Hazardous substance removal, clean-up & disposal services & operational support, and the Standard Industrial Code (SIC) used is 8744. Estimated Cost Not applicable  Service Contract Information The acquisition method is negotiated procurement. A technical proposal and a cost/price proposal will be required from all offerors. Large businesses competing for one of these 5 unrestricted contracts must comply with the FAR 52.219-9 clause regarding the requirement for a subcontracting plan on the part of the work it intends to subcontract. The recommended goals for subcontracting ar e 50.9% to small business, 8.8% for Small Disadvantaged Business, 7.2% for woman-owned small business, 2.9% for Hubzone Small Business, and 1.0% for Service Disabled Veteran-Owned Small Business. A firm that submits a plan with lesser goals must submit wri tten rationale to support the goals submitted. A Request for Proposal (RFP) Solicitation and all related information for this project will be issued via the USAED, Sacramento District, Contracting Divisions website at Http://www.spk.usace.army.mil/cespk-ct/. For more information, please contact the Contract Specialist, Bill Nevius, at 916/557-7942. Other methods include: email at William.E.Nevius@usace.army.mil ; or by facsimile at 916/557-7337. All responsible sources may submit a bid or proposal, which will be considered by the agency. For a listing of all Sacramento District projects, see Contracting Divisions Internet Home Page at http://www.spk.usace.army.mil/cespk-ct that is updated daily. Please note that all contractors and potential contractors must be registered with the Central Contractor Registration (CCR) database effective 31 May 1998. For instructions on registering with the CCR go to: http://www.ccr.gov.
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
Country: US
 
Record
SN00868466-W 20050813/050811212625 (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.