Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2011 FBO #3472
SOLICITATION NOTICE

F -- Reference USACE MEGA. The Omaha District will issue an RFP for Environmental Remediation Services with Military Munitions Response Program ID/IQ MATOC Nationwide including Alaska, Hawaii and U.S. Territories. Small Business set-aside.

Notice Date
5/26/2011
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-11-R-0002
 
Response Due
8/12/2011
 
Archive Date
10/11/2011
 
Point of Contact
Loreen K. Blume, 402-995-2092
 
E-Mail Address
USACE District, Omaha
(loreen.k.blume@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
On or about 28 June 2011, this office will issue a solicitation as part of the U.S. Army Corps of Engineers, Northwestern, Southwestern, and South Pacific Divisions' Multiple Environmental Government Acquisition (MEGA) plan. A firm, fixed-price and cost reimbursement Request for Proposal for a 100% Small Business Set-Aside, Indefinite Delivery/Indefinite Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) for Environmental Remediation Services with Military Munitions Response Program Nationwide including Alaska, Hawaii and U.S. Territories. Proposals will be received on or about 12 August 2011. This solicitation will facilitate award of up to five (5) contracts (potentially fewer or more), with a maximum shared capacity of $250 million. Evaluation of proposals will be performed on a "trade-off best value" basis. The work will include the following: The contracts awarded under this solicitation will be an IDIQ MATOC for Environmental Remediation Services with Military Munitions Response Program for projects nationwide including Alaska, Hawaii, and U.S. Territories. NAICS Code is 562910 - Environmental Remediation Services; the small business size standard is 500 employees. The contracts awarded will include firm-fixed price and cost reimbursement features for a wide range of environmental remediation services in the following areas including, but not limited to, work plans; investigations and field studies (both on-site and off-site work), analytical testing, engineering support and remedial design, response actions, removals and operations and maintenance, planning documentation deliverables. This will not be an Architect-Engineer (A-E) contract. Task orders may use performance-based Statements of Work. Contracts will have a base period of three years and an option to extend the contract for an additional two-year period. Proposal Evaluation: Technical proposals will be evaluated on an adjectival basis. Major evaluation areas of each offeror's proposal, in descending order of importance, include: Technical Requirements (Previous Experience, Resumes of Key Personnel, Organizational Structure); Performance Risk/Past Performance; and Corporate Plans, Practices, and Procedures; and Cost/Pricing which will be subjectively evaluated. Offerors: Please be advised of on-line registration requirement in Central Contractor Registration (CCR) database http://www.ccr.gov/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications (ORCA) at http://orca.bpn.gov. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective for one year from date of submission or update to ORCA. There are no drawings associated with this Request for Proposal. Copies of this solicitation are available by INTERNET ACCESS ONLY. All solicitation documents will be posted to the Army Single Face to Industry (ASFI) website (https://acquisition.army.mil) and made available for viewing in FedBizOpps (http://www.fbo.gov). The plans and specifications will be available for download on the FedBizOpps website ONLY. Compact Disks will not be sent out and a Plan Holders (Interested Parties) List is available on the FedBizOpps website. Instructions to access technical data, Instructions to access a Plan Holders List on FedBizOpps, step by step instructions and the associate software required (viewers) to view the project plans and specifications can be accessed on the Omaha District Contracting Division web page (https://www.nwo.usace.army.mil/html/ct-m/webpage.htm). All amendments will be posted in FedBizOpps. It shall be the contractor's responsibility to check the website for any amendments. The Contract Specialist point of contact for this project is Loreen K. Blume who can be reached by email: Loreen.K.Blume@usace.army.mil or phone at 402-995-2092. The technical point of contact for this project is Linda J. White, PE, PMP, who can be reached by email at: Linda.J.White@usace.army.mil or phone at 402-995-2743. The Small Business Coordinator is Mr. Hubert J. Carter, Jr. who can be reached by email at: Hubert.J.Carter.Jr@usace.army.mil or by phone at 402-995.2910. Interested parties are reminded that they are responsible for checking on new information posted to FedBizOpps.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-11-R-0002/listing.html)
 
Place of Performance
Address: USACE District, Omaha 1616 Capitol Ave, Omaha NE
Zip Code: 68102-4901
 
Record
SN02457975-W 20110528/110526234815-87b03613f41862ab2bf0ad256c5af267 (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.