Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2010 FBO #3259
SPECIAL NOTICE

F -- Southwestern Division (SWD) and nationwide Small Business 8(a) set-aside Firm Fixed Price Multiple Award Task Order Contract (MATOC) for Remediation and Environmental Consulting Services

Notice Date
10/25/2010
 
Notice Type
Special Notice
 
NAICS
562910 — Remediation Services
 
Contracting Office
USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-09-R-0031-SN1
 
Archive Date
1/23/2011
 
Point of Contact
Michael Johns, 817-886-1266
 
E-Mail Address
USACE District, Fort Worth
(michael.v.johns@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This project was previously synopsized on July 9, 2010. Due to unforeseen circumstances, the request for proposal (RFP) was placed on-hold. This notice is to provide additional information in regards to the posting of the rfp and submission requirements. The new RFP will be posted using the solicitation number W9126G-09-R-0031, however, some of the documents contained in the previous RFP have been changed. Firms are cautioned to review the new rfp in its entirety (when posted) and not to rely on the previously posted rfp for guidance in submission requirements and format. On or about Oct 29, 2010, the US Army Corps of Engineers (USACE), Ft Worth District will advertise a Request For Proposal (RFP) for a Southwestern Division (SWD) and nationwide Small Business 8(a) set-aside Firm Fixed Price Multiple Award Task Order Contract (MATOC) for Remediation and Environmental Consulting Services in support of military and civil works projects and projects with other federal agencies. The Government intends to award up to three contracts under this MATOC. These contracts may be used for environmental services support for military and civil works and other projects. The North American Industrial Classification System (NAICS) Code applicable to these projects is 562910, Environmental Consulting Services and Remediation., with a Small Business size standard of $14 million. Distribution of the RFP documents will be made strictly thru the Internet. There will be no printed or compact disk copies distributed to contractors. Additionally, the Government will notify contractors of amendments to the RFP by posting them on Federal Business Opportunity (FedBizOpps) Website. The web site that will display the above referenced solicitation and all subsequent amendments is http://www.fbo.gov/. Contractors are responsible for checking the web site for any posted changes to the solicitation. Offerors must be registered w ith Central Contractor Registration (CCR) in order to receive a Government contract award. The CCR Internet address is: http://www.ccr.gov/. The resulting contract will be negotiated and awarded with a base contract period of twelve (12) months and two twelve (12) month option periods, and shared contract value of not more than an estimated amount of $20,000,000. The contract shall continue as option periods are exercised at the sole discretion of the Government for a time period not to exceed 3 calendar years in total, or upon obligation of the total value of the contract, whichever occurs first. The minimum guarantee per contract is $5,000. The minimum award amount per task order is $3,000 and the maximum award amount per task order is $500,000. All services required under this contract shall be described in an individual scope of work which may include, but not necessarily be limited to, the following types of tasks: remediation and cleanup of contaminated buildings, mine sites, soil and groundwater; abatement for radon, lead paint, and asbestos; CERCLA preliminary assessments and site inspections (PA/SI), remedial investigations/feasibility studies (RI/FS); and remedial action and long term monitoring (LTM); RCRA investigations; and Underground Storage Tank (UST) compliance. Preparation of documents for submission to Federal, state and local agencies; engineering evaluations and cost analyses; general investigation activities in support of other regulatory compliance; support via environmental studies and plans regarding various environmental compliance regulations including but not limited to asbestos, lead base paint, and the Munitions Rule; support via environmental studies or documentation of lease or transfer of government real property, records searches, oversight of field operations; human and ecological risk assessments and other environmental studies and reports; community relations; planning; research; surveying and mapping; Geophysical Information System (GIS) modeling; inspections; shop drawing review; and other construction documents for a variety of hazardous waste and environmental projects. Materials and sites to be investigated may contain asbestos, lead based paint, Chlorofluorocarbons (CFC), radiological wastes, UST's, Ordinance and Explosives (OE), or any other related HTRW/environmental material on potentially contaminated sites. Some work may require attending public meetings, and coordinating with Federal, state, and local regulatory agencies. Work shall involve multi-disciplinary environmental services for any of a variety of Military and Civil entities. Questions about this project should be addressed to Mr. Michael Johns, Contract Specialist, 817-886-1266, U.S. Army Corps of Engineers, 819 Taylor St., Fort Worth TX, 76102-0300, or email at Michael.v.johns@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-09-R-0031-SN1/listing.html)
 
Record
SN02316501-W 20101027/101025234048-e06a44304ee3b6c00b04f0f3e331ac75 (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.