Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 18, 2008 FBO #2244
SPECIAL NOTICE

99 -- US Army Engineering Support Center, Huntsville - Notice of Intent to Seek Approval from the ASA (ALT) Under FAR Part 6.302-1 to Increase Programmatic Contract Capacity Under the Military Munitions Response Program FY04 MATOC Pool

Notice Date
1/16/2008
 
Notice Type
Special Notice
 
NAICS
562910 — Remediation Services
 
Contracting Office
US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
USA-SNOTE-080116-007
 
Archive Date
4/15/2008
 
Point of Contact
Michael Duffy, 256-895-1793
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Huntsville
(Michael.R.Duffy@usace.army.mil)
 
Description
This is not a notice of solicitation or request for proposal. The US Army Engineering and Support Center, Huntsville intends to seek approval from the Assistant Secretary of the Army (Acquisition, Logistics and Technology) under Federal Acquis ition Regulations (FAR) Part 6.302-1  only one or a limited number of responsible sources will satisfy agency requirements, for up to an additional $700 million in programmatic contract capacity under the current Military Munitions Response Program Multip le Award Task Order Contracts (MATOCs) which are about to reach their programmatic contract capacity ceiling of $1.475 billion within the third option period of a 5-year contract (1-year base period with four 1-year option periods). The MATOCs were issued under NAICS code 562910  environmental remediation services. The increase in $700 million will bring the existing programmatic contract capacity up to $2.175 billion total. The original solicitation number for these ten awards was W912DY-04-R-0003; the awards made were staggered between Feb 2004 and June 2004. The Huntsville Center is currently working on the replacement contracts for these expiring contracts with the awards projected in April 2009  solicitation date is pending acquisition strategy ap proval. This additional programmatic capacity requested will be utilized until the new awards have been made by the Huntsville Center at which time, all new Task Orders will be competed and awarded following Section 803 requirements under the replacement contracts as done currently. The current ten contract numbers, award dates and contractors within this MATOC pool are  W912DY-04-D-0005 - 02/27/2004 - Parsons Infrastructure and Tech Group, Inc.  Pasadena, CA W912DY-04-D-0006 - 02/27/2004 - US A Environmental, Inc.  Oldsmar, FL W912DY-04-D-0007 - 02/27/2004 - Zapata Engineering, P.A.  Charlotte, NC W912DY-04-D-0008 - 02/27/2004 - Environmental Chemical Corporation  Lakewood, CO W912DY-04-D-0009 - 04/08/2004 - Explosives Ordnance Tec hnology, Inc.  Rumson, NJ W912DY-04-D-0010 - 04/08/2004 - Shaw Environmental Group, Inc.  Baton Rouge, LA W912DY-04-D-0011 - 04/08/2004 - Tetra Tech Environmental Corporation, Inc. - Pasadena, CA W912DY-04-D-0017 - 06/28/2004 - Alion Science an d Technology Corporation  Chicago, IL W912DY-04-D-0018 - 06/09/2004 - EOD Technology, Inc.  Lenoir City, TN W912DY-04-D-0019 - 06/09/2004 - UXB International, Inc.  Blacksburg, VA The Huntsville Center supports multiple customers under the se contracts to include the following major customers  Multi-National Corps  Iraq, Multi-National Security Transition Command  Iraq, the US Army, Formerly Used Defense Sites (FUDS), Base Realignment and Closure (BRAC), Defense Environmental Restoration Program (DERP), among others to include foreign governments/agencies where sponsored by an appropriate US Government Agency. Due to the high costs of fighting the Global War on Terrorism (GWOT) and the ever changing requirements of our customers and the c onditions in Iraq, the current programmatic contract capacity has been utilized much faster than originally projected and is expected to be expended by March/April 2008. This will leave the Huntsville Center without the capability to support the current G WOT mission in Iraq, or the ability to support its current customers within the Continental or Outside the Continental United States (CONUS/OCONUS). The primary services required under the current MATOCs are addressed in Section C of the contracts and require the contractor to have capability to perform conventional and Recovered Chemical Warfare Materiel (RCWM) Munitions Responses and other munitions related services to include site investigations or inspections; remedial investigations; engineeri ng evaluations; remedial or removal actions; long term management (LTM); Munitions and Explosives of Concern (MEC) or other munitions related operations; range clearances; de-mining operations; booby trap clearances; disablement of unconventional warfare explosive devices; site, personnel and convoy security; logistical/life support operations and engineering management; ammunition depot operations and maintenanc e; and instructional capabilities support as necessary. All or some of these may be necessary to permit lands and waters to be safely and efficiently used for their intended purpose. MEC and other munitions are a safety hazard and may constitute an immin ent and substantial danger to site personnel and the local populace. The contractors must be capable of safely locating, identifying, recovering, evaluating, managing and making final disposition of MEC and other munitions at various currently and formerl y used defense sites, property adjoining currently and formerly used defense sites, and other federally controlled/owned sites which have been potentially impacted by MEC or other munitions related operations. Special considerations/requirements for contractors performing the services addressed above in support of the Huntsville Centers customers in Iraq include the requirement to have Theater Business Clearances by the Joint Contracting Command  Iraq/Afghanistan (JCC-I/A) in order to take over 100 percent of the operations within Iraq by 06 March 2008. Additionally, the contractor must have the ability to self-perform or utilize authorized security subcontractors to perform security operations for site, logistical convoys, or personnel securit y in remote and dangerous environments away from many Forward Operating Bases (FOBs). Security operation clearances must be obtained by CENTCOM and the Iraqi Government. Security contractors must comply with and have incorporated all JCC-I/A and theater commander policies and regulations within their contracts/subcontracts. All contractor and subcontractor personnel must be currently input into the Synchronized Pre-deployment and Operational Tracker (SPOT) system as required under Defense FARs 252.225-70 40 Deviation 2007-O0010  Contractor Personnel in the United States Central Command Area of Responsibility. These near term requirements which justify the need for this additional programmatic capacity can only be met by contractors who are currently enga ged in performing these types of services in Iraq. This announcement is being issued to notify all responsible sources of the Huntsville Centers intent. Again, no solicitation will be issued by the Huntsville Center for this effort at this time. As stated above there will be a new procurement estimated at $2 billion forthcoming. The replacement contracts have an expected award date of April 2009. The issuance of the new solicitation will be dependant upon approval of the acquisition strategy by the Army Services Strategy Panel. Responsible offerors may submit information concerning this notice for consideration to Mr. Michael R. Duffy, Contracting Officer, at Michael.R.Duffy@usace.army.mil on or before 31 January 2008.
 
Web Link
Homepage for the US Army Corps of Engineers - Huntsville Center
(http://www.hnd.usace.army.mil)
 
Record
SN01486839-W 20080118/080116224951 (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 |
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.