SPECIAL NOTICE
C -- US Army Corps of Engineers, Kansas City District - Notice of Intent to Award a Sole Source 8(a) Preplaced Remedial Action Contract
- Notice Date
- 9/21/2012
- Notice Type
- Special Notice
- NAICS
- 562910
— Remediation Services
- Contracting Office
- USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ12R3005
- Archive Date
- 12/20/2012
- Point of Contact
- ROBERT JOHNSON, 816-389-2281
- E-Mail Address
-
USACE District, Kansas City
(robert.f.johnson@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS NOT A SOLICITATION. THIS NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. The U.S. Army Corps of Engineers intends to negotiate and award one (1) Preplaced Remedial Action, Indefinite Delivery/Indefinite Quantity type contract (PRAC) with TerranearPMC, LLC., but reserves the right not to award a contract. The contract will be acquired as a sole source 8(a) Set-Aside contract in accordance with FAR Subpart 19.5 and FAR 6.302-5(b)(4). This PRAC contract will support work assigned to the USACE, including but not limited to, the Defense Environmental Restoration Program (DERP), Superfund, Formerly Utilized Sites Remedial Action Program (FUSRAP), Department of Defense Environmental Compliance Programs, Base Realignment and Closure (BRAC) Program, Army and Air Force customers, Department of Homeland Security and the Federal Emergency Management Agency (FEMA), and other environmental and homeland security laws and regulations requiring support activities for military installations, Corps' Civil Works projects, environmental stewardship, and environmental work for other federal agencies (Environmental Support for Others [ESFO] and Interagency and International Support [IIS]). The DERP projects will include Installation Restoration Program (IRP) activities on active Army and Air Force installations and on Formerly Used Defense Sites (FUDS). If a specific BRAC project is identified, then BRAC requirements as prescribed in DFAR 226.71 Preference for Local and Small Businesses will be applicable and addressed at that time. Other environmental laws and regulations mandating actions include but are not limited to the federal and state versions of the Clean Air Act, the Clean Water Act, the Toxic Substances Control Act (TSCA), the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA), the Resource Conservation and Recovery Act (RCRA), Underground Storage Tank (UST) regulations, and the Corps of Engineers' regulations for Civil Works. The contractor will be required to provide a scope of services that is broad enough to encompass all of the tasks typically required in these HTRW projects, that is cost effective, and which facilitates timely yet cost-effective project execution. A key aspect of the current need is to have the capability to execute several different types of recurring field services at a single project site during a single mobilization, and to do so with only one contract action (i.e., one Task Order) so as to minimize the costs incurred both on the contract itself and in the development, solicitation, administration, and oversight of the contract. The contract will be acquired utilizing non-competitive informal source selection procedures, and will have a Total Acquisition Value (TAV) not to exceed $4,000,000.00 for work assigned to districts within the United States Army Corps of Engineers Northwestern Division (CENWD) and EPA Region II (New York, New Jersey, the Commonwealth of Puerto Rico, the United States Virgin Islands and Native American Tribes or Nations located in these jurisdictions). This contract will consist of a base contract period of three (3) years with one two-year option period and will allow for a guaranteed minimum award in the amount of $2,500.00 for the base period. THIS NOTICE IS NOT A SOLICITATION, however all responsible sources may submit a proposal which shall be considered by the agency. Interested parties who believe they possess the capability to satisfy this requirement should submit documentation that clearly demonstrates their ability to provide equipment, supplies, and services needed by the U S Army Corps of Engineers. Responses to this notice shall be sent to Robert Johnson, Contract Specialist, at the address below and shall be received within 14 days from the posting date of this notice. A determination by the Government not to open competition based responses to this notice is solely within the discretion of the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ12R3005/listing.html)
- Record
- SN02893278-W 20120923/120922000030-1c20b85474c4bb159bdb54c5003b24b8 (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 |