Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 09, 2013 FBO #4215
SOLICITATION NOTICE

H -- Operational Range Assessment (ORA), Phase II, Quantitative Assessments, Draughon Range, Misawa Air Base, Misawa, Japan

Notice Date
6/7/2013
 
Notice Type
Presolicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
USACE District, Japan, Attn: CECT-POJ Unit 45010, APO, AP 96338-5010
 
ZIP Code
96338-5010
 
Solicitation Number
W912HV-13-R-0014
 
Response Due
7/23/2013
 
Archive Date
8/6/2013
 
Point of Contact
Ivan V. Damaso, 407-8838
 
E-Mail Address
USACE District, Japan
(ivan.v.damaso.civ@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE: Only local sources will be considered under this solicitation. Local sources are sources (e.g. corporations or partnerships) that are physically located in Japan and authorized (i.e. licensed, registered, etc.) to perform in Japan, the type of work specified in this solicitation. Specifically, a prospective offeror must be duly authorized to operate and conduct business in Japan and must fully comply with all laws, decrees, labor standards, and regulations of Japan during the performance of the resulting contracts. In addition, prior to award of the contracts, offerors must be registered with the Government of Japan to do work in Japan and possess necessary licenses and permits to perform work required under this solicitation. PROJECT INFORMATION: Services are required to execute a Quantitative Assessment, Phase II Operational Range Assessment (ORA) at Misawa Air Base's Draughon Range in compliance with the U.S. Air Force Operational Range Assessment Program, Version 3.0. The Contractor shall plan for and execute sampling and analysis of soil and groundwater media for munitions constituents (MCs), conduct baseline human risk assessments, and risk characterization. Contactor shall document findings in a report and revise the existing Range Conceptual Site Model (CSM) and list of MCs. Contractor shall make recommendations, if required, for future sampling and analysis. The Contractor shall provide all labor, materials, equipment, supervision, supplies, transportation, and incidentals to perform the work outlined in this SOW. Contract may include ecological risk assessments and sampling of appropriate media for MCs. Offerors must be registered in the System for Award Management (SAM) prior to the award of a contract. Offerors may obtain information on registration and annual confirmation requirements via website at https://staging.sam.gov/. Pre-offer site investigations will NOT be conducted and pre-proposal conference will NOT be held. The solicitation will be issued in June 2013. 1. Solicitation documents, including amendments, will be posted in the Federal Business Opportunities (FedBizOpps) webpage at www.fbo.gov for interested parties to download. It is the responsibility of interested parties to check FedBizOpps as to whether the solicitation and/or amendment(s) have been issued. 2. Companies that have not submitted a Bidder Mailing List Application to this office on or after April 2005 are requested to go to the U.S. Army Corps of Engineers, Japan Engineer District, Contracting Division website at http://www.poj.usace.army.mil/business_opportunities/procedures.html to download a Bidder Mailing List Application. Such companies shall be required to complete a Bidder Mailing List Application and submit documents that show they are registered with the Government of Japan to do work in Japan and possess necessary licenses and permits required to perform the work required under this solicitation prior to or at the time of proposal submittal. 3. Point of Contact is Mr. Ivan V. Damaso -- E-Mail: ivan.v.damaso.civ@usace.army.mil, Telephone: 263-8838
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA79/W912HV-13-R-0014/listing.html)
 
Place of Performance
Address: USACE District, Japan Attn: CECT-POJ Unit 45010, APO AP
Zip Code: 96338-5010
 
Record
SN03084222-W 20130609/130608000651-d81a73af93be0f6b705ffa561cb810f2 (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.