MODIFICATION
Z -- WPAFB Restoration O+M Program Landfills 8+10, GWTS, 7 Landfills + Spill Site #11
- Notice Date
- 7/13/2007
- Notice Type
- Modification
- NAICS
- 562910
— Remediation Services
- Contracting Office
- 1940 Allbrook Drive Room 101 Wright-Patterson AFB, OH
- ZIP Code
- 00000
- Solicitation Number
- FA8601-07-R-0036
- Response Due
- 8/31/2007
- Archive Date
- 9/30/2007
- Point of Contact
- Janet Scaggs, (937) 522-4559
- E-Mail Address
-
Email your questions to janet.scaggs@wpafb.af.mil;peter.regan@wpafb.af.mil
(janet.scaggs@wpafb.af.mil;peter.regan@wpafb.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- PRESOLICITATION NOTICE. FA8601-07-R-0036. WPAFB Restoration O&M Program Landfills 8&10, GWTS, 7 Landfills & Spill Site #11; Projects ZHTV 08-1430, ZHTV 08-1419, and ZHTV 08-1467. This is not a notice of solicitation issue. The Government anticipates a competitive acquisition for the award of a basic contract with three one-year option periods. This RFP will be a SMALL BUSINESS SET-ASIDE. The North American Industry Classification System (NAICS) code is: 562910. Size Standard is 500 employees. Dollar Amount: between $500,000 and $1,000,000 per performance period. Basic performance period is 1 Nov 2007 ? 31 Oct 2008. Option I Performance Period is 1 Nov 2008 ? 31 Oct 2009; Option II Performance Period is 1 Nov 2009 ? 31 Oct 2010; Option III Performance Period is 1 Nov 2010 ? 31 Oct 2011. Scope of Work. The work consists of providing for the operation and maintenance of a Groundwater Treatment System, three remedial action systems at two landfills, and landfill caps or covers at seven landfills and one spill site at Wright-Patterson Air Force Base (WPAFB), OH. The WPAFB Environmental Management Division Restoration Operations and Maintenance Program includes the following three activities: (1) Groundwater Treatment System located near Landfill 5 and the backup temporary air stripper. The Groundwater Treatment System consists of two major subsystems: Groundwater Extraction System and Groundwater Treatment Facility (including the scale inhibitor control system). The Groundwater Treatment System is designed to capture a plume of volatile organic compounds (VOCs) migrating across the base boundary and to remove VOCs from the water prior to discharge to either the Mad River or western Twin Lake. (2) Three remedial action systems at Landfills 8 and 10 in Operable Unit 1 (OU1). The three systems consist of engineered impermeable landfill caps, landfill gas collection and treatment unit, leachate collection and discharge to the city of Fairborn Publicly Owned Treatment Works (POTW) and flow monitoring. (3) Landfill caps or covers constructed at Landfills 1, 2, 5, 6, 7, 9 & 11 and Spill Site 11. The Landfill 5 (LF 5) cap consists of engineered multiple layers designed to be impermeable. The Landfill 1, 2, 6, 7, 9, 11 cover systems consist of an 18-inch compacted common soil layer overlain by six inches of top soil. Spill Site 11 consists of a French-drain system collecting fuel contaminated groundwater and surface water runoff which is pumped to an oil/water separator. A site visit will be scheduled and the date and time will be included in the solicitation. The solicitation/RFP will be issued electronically. In accordance with DFARS 252.204-704 ?Required Central Contractor Registration,? a Contractor must be registered in CCR prior to award. Registration may be accomplished at http://www.ccr2000.com/index.cfm, or 1-888-CCR-2423 Fax: 1-703-696-0213. Notes: 1. The solicitation, specifications and drawings will be available on the World Wide Web on or about 31 July 2007 on the Wright-Patterson AFB Pre-Award Information Exchange System (PIXS) website at https://www.pixs.wpafb.af.mil and Federal Business Opportunities (FedBizOpps) website at: http://www.fedbizopps.gov/. 2. Hard copies of the solicitation will not be provided. You may, however, download and print the files from the web site. 3. There is no fee for this solicitation. 4. A registration page will be attached to the web site. You are not required to register. However, when you register, you will receive notice of any amendments and/or addenda that may be issued to the solicitation. If you have not registered, it will be your responsibility to check the web site for any changes to the solicitation. 5. You shall provide a signed copy of the SF 1442 by the proposal closing date specified in the solicitation. There will not be a public bid opening. Sealed envelopes containing bids shall be marked to show the bidder's name and address, the solicitation number, and the date and time bids are due. Contractors that are Debarred, Suspended, or Proposed for Debarment are excluded from receiving contracts. Agencies also shall not consent to subcontract with these contractors. This is a WPAFB Construction Contracting (PKC) program. The current status is Pre-Solicitation and it is a Category Z - Maintenance, repair, and alteration of real property program. Point of Contact for this notice is Janet Scaggs at (937) 522-4559 or janet.scaggs@wpafb.af.mil. For more information on "WPAFB Restoration O+M Program Landfills 8+10, GWTS, 7 Landfills + Spill Site #11", please refer to: https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5248
- Web Link
-
WPAFB Restoration O+M Program Landfills 8+10, GWTS, 7 Landfills + Spill Site #11
(https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5248)
- Place of Performance
- Address: Wright-Patterson AFB, OH
- Zip Code: 45433
- Country: US
- Zip Code: 45433
- Record
- SN01341893-W 20070715/070713221047 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |