SOLICITATION NOTICE
F -- ENVIRONMENTAL REMEDIATION SUPPORT SERVICES IN CONNECTION WITH USEPA ONGOING REMEDIAL INVESTIGATION/FEASIBILITY STUDY (RI/FS)FOR SULPHUR BANK MERCURY MINE (SBMM)SUPERFUND SITE, CLEAR LAKE, LAKE COUNTY, CALIFORNIA
- Notice Date
- 10/4/2010
- Notice Type
- Presolicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- USACE District, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
- ZIP Code
- 90053-2325
- Solicitation Number
- W912PL-11-R-0002
- Response Due
- 11/19/2010
- Archive Date
- 1/18/2011
- Point of Contact
- Pat Bonilla, (213)452-3255
- E-Mail Address
-
USACE District, Los Angeles
(patricia.b.bonilla@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The proposed indefinite delivery order contract is to provide environmental remediation support services in connection with USEPA ongoing remedial investigation/feasibility study (RI/FS) for Operable Unit 1 (OU-1) and Operable Unit 2 (OU-2) at the Sulphur Bank Mercury Mine (SBMM) Superfund site, Clear Lake, Lake County, California, to support decision-making to select remedies that eliminate, reduce, or control risks to human health and the environment. Task Orders for the different phases of work and/or supporting projects shall be issued on an as-needed basis. The proposed contract will consist of an ordering period up to 5 years (base year plus 4 option years) from the date of award. The Not-to-Exceed amount of the proposed contract is $10,000,000.00. The award will be based on the best value tradeoff method. Eligible small businesses interested in participating are required to submit a technical and price proposal for evaluation by the Government. The technical factors to be evaluated are technical excellence, management capability, personnel qualifications and past performance. All offeror's are advised that this project may be delayed, canceled or revised at any time during the solicitation, selection, evaluation, negotiation and/or final award process. The solicitation will be available on or about 20 October 2010. The Request for Proposal will not be provided in paper copy. The solicitation, amendments and interested vendors list for this solicitation will be posted on www.fbo.gov Viewing/downloading documents from www.fbo.gov will require prior registration in Central Contractor Registration (www.ccr.gov). Please note that all firms who want to access to the solicitation, primes and subcontractors, must be CCR-registered, have a MPIN, and either a DUNS number or CAGE code. All interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum practicable extent with small and disadvantaged firms in accordance with the provisions of Public Law 95-507. It is the responsibility of the contractor to check www.fbo.gov website frequently for any amendments or changes to the solicitation. The Government is not responsible for any loss of internet connectivity or for offerors inability to access the documents posted at the referenced website. No CDs or paper copies will be made available. If you would like to list your firm so that others can see you are an interested vendor, you must click the Add Me to Interested Vendors button in the listing for this solicitation on www.fbo.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-11-R-0002/listing.html)
- Place of Performance
- Address: USACE District, Los Angeles P.O. Box 532711, Los Angeles CA
- Zip Code: 90053-2325
- Zip Code: 90053-2325
- Record
- SN02304776-W 20101006/101004234015-1ab2a975e2bfd67debd74e3813ce27b3 (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 |