SOURCES SOUGHT
F -- Sources Sought for a New Multiple Award Military Munitions Services (MAMMSII), Multiple Award Task Order Contract
- Notice Date
- 10/22/2013
- Notice Type
- Sources Sought
- NAICS
- 562910
— Remediation Services
- Contracting Office
- USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- W912DR-14-S-0002
- Response Due
- 11/5/2013
- Archive Date
- 12/21/2013
- Point of Contact
- Jennifer Chrissis, 410-962-0175
- E-Mail Address
-
USACE District, Baltimore
(jennifer.chrissis@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT FOR A NEW MULTIPLE AWARD MILITARY MUNITIONS SERVICES (MAMMS II), MULTIPLE AWARD TASK ORDER CONTRACT. This is a SOURCES SOUGHT announcement. This notice is for market research purposes only and IS NOT a request for proposal, quotation or bid. The Government will not reimburse respondents for any costs incurred in preparation of the response of this announcement. The U.S. Army Corps of Engineers (USACE), Baltimore District, is seeking sources with current relevant qualifications, experience, personnel and capabilities for a Multiple Award Task Order Contract (MATOC) for Military Munitions, Munitions of Explosive Concern (MEC), and Munitions Constituent (MC) investigation and remediation services. The intent of the MAMMS II contracts is to support USACE and its customers primarily within the assigned mission areas of the North Atlantic Division in performing Military Munitions Response Program (MMRP) responses involving a wide range of military munitions and environmental services at various sites known or suspected to have been affected by military munitions, MEC, and MC, with emphasis on addressing Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) and Resource Conservation and Recovery Act (RCRA) process timelines and requirements. Specific efforts will include all phases of the CERCLA/RCRA process including, but not limited to, site inspections, remedial investigations, feasibility studies, removal actions, remedial designs, remedial actions, remedial operations, and long term management. The work under this contract may involve classified information. The contracts are anticipated to be awarded 1st QTR 2015 with a five year ordering period. The programmatic value of all task orders awarded under all of the ID/IQ contracts is $240M. The scope of this effort is for Military Munitions Services, to include incidental Hazard Toxic and Radiation Waste (HTRW) Services. The desired capabilities for this effort include investigative and intrusive aspects of MEC and MC remediation services (to include on-site detonations), the ability to address characterization and/or remediation of co-mingled MEC, MC, and HTRW hazards during all phases of CERCLA and RCRA processes, as well as the ability to simultaneously manage multiple teams performing work at multiple locations under Fixed Price and Cost Reimbursable terms. MEC includes unexploded ordnance (UXO), discarded military munitions (DMM), and munitions constituents (TNT, RDX, etc.) present in high enough concentrations to pose an explosive hazard. MC includes any materials originating from UXO, DMM, or other military munitions, including explosive and non-explosive materials, and emission, degradations, or breakdown elements of such ordnance or munitions. Although not deemed to be a quote mark Munitions and Explosive of Concern quote mark Small Arms Ammunition (SAA) may be encountered during any phase of the CERCLA and/or RCRA process. Appropriate disposition of SAA is considered to be included in quote mark Military Munitions Services quote mark. The Government is seeking to identify qualified large and small business sources under 2013 North American Industry Classification System (NAICS) 562910 (Remediation Services). The small business size standard is 500 employees. Qualified sources are encouraged to submit responses to the following considerations. (Please note the Government shall not reply or provide any evaluation of the responses). Please limit responses to a maximum of 15 pages in length. 1. General a. Business Name. b. Business Address. c. Cage Code. d. NAICS (list all NAICS under which your firm is registered). e. Responsible Point of Contact. f. Small Business Classifications: (8(a) small business, service-disabled veteran owned small business, HUB Zone small business, Small Disadvantaged business, Woman Owned, Minority, Native American small business. (Indicate all applicable classifications and, if self certified). g. Identification of Joint Ventures (Business Name, Business Size and Cage Code of JV) 2. Capabilities a. Please provide a description of the services your company provides as it relates to the description of work provided in this notice, especially as related to the desired capabilities. b. Please provide a description of the range of geographic locations that can be supported by your company. c. Please provide a brief description of relevant MATOC experience to include contract number, types of services, dates of the contract performance, value of the contract, and number of awarded task orders. d. Please provide a description of your company's ability to support classified work to include level of security classification. 3. Small Business Considerations a. Large Business: Please provide a general description of subcontracting opportunities extended to small businesses, to include types of services and complexity of work, to include examples of past related projects. b. Small Business: Please provide a description of your company's capability to perform at least 50% of the effort if subcontracting and if, known, identify the team member subcontractor. If large business subcontractors are utilized, please provide examples of past related projects. All responses are requested by 1300 EST on 05 November 2013. Please send questions and/or responses to Jennifer Chrissis, Jennifer.chrissis@usace.army.mil, phone: 410-962-0175.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-14-S-0002/listing.html)
- Place of Performance
- Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
- Zip Code: 21203
- Zip Code: 21203
- Record
- SN03220292-W 20131024/131022234142-9da1a4439e5e49360910b47e292df23f (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 |