SOLICITATION NOTICE
F -- Fence-to-Fence Environmental Compliance at F.E. Warren AFB, Wyoming
- Notice Date
- 1/24/2014
- Notice Type
- Presolicitation
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F-14-R-0015
- Response Due
- 3/12/2014
- Archive Date
- 4/11/2014
- Point of Contact
- Jessica Jackson, 402-995-2052
- E-Mail Address
-
USACE District, Omaha
(jessica.r.jackson@usace.army.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- This solicitation is 8(a) Set-Aside, Site Specific Firm Fixed Price Contract for Fence-to-Fence Environmental Compliance Services. On or about February 10, 2014, this office will issue a Request for Proposals for an 8(a) Set-Aside Site Specific Contract for Environmental Services at F.E. Warren Air Force Base (AFB), Wyoming. The solicitation will close on or about March 12, 2014. Project Description: This site-specific performance-based services contract will be for eligible 8(a) concerns under FAR Part 19.8 capable of performing fence-to-fence environmental compliance services at F.E. Warren AFB, WY. The Omaha District, plans to implement a firm fixed-price contract on behalf of the Air Force Civil Engineering Center (AFCEC) for a full range of methods, technologies and supporting activities necessary to address fence-to-fence environmental needs at F.E. Warren AFB, WY in support of Air Force (AF) and AFCEC environmental mission requirements. There will be a full range of operations and activities at the installation including, but not limited to: Hazardous Waste (HW) Contract Support; Installation HAZMAT Management Program (IHMP) Support/ Training; Other Regulated Recycling Support; Air Emissions Inventory (AEI) Data Management; and Air Monitoring and Reporting Sampling, Analysis, and Monitoring (SAM) Activities; Plan Update, Spill Prevention Control and Countermeasure Recertification (SPCC) /Facility Response Plan (FRP) Resubmission; Class I & II Ozone Depleting Substances (ODS) Management Plan Update; Emergency Planning and Community Right-to-Know Act (EPCRA) Reporting; Recordkeeping/Reporting for NESHAPS, Boiler MACT; and Plan Update, Solid Waste/QRP Business. The Contractor shall function as an integral team member in support of the U.S. Army Corps of Engineers (USACE) and its customer, AFCEC to include sharing of information with other AFCEC contractors, and cooperation with communities, regulators, and other government entities. The USACE will rely on the Contractor's expertise in recognizing and addressing problematic issues and successful execution of this contract. The Contractor shall perform all work in accordance with federal, state, and local statutes and regulations, Executive Orders, DoD/AF policies, and installation requirements, including installation Activity Management Plans (AMPs) and Environmental Action Plans (EAPs) Integrated Cultural Resources Management Plans (ICRMPs), Integrated Natural Resources Management Plans (INRMPs), and Integrated Pest Management Plans (IPMPs). The Contractor shall be immediately capable of understanding and addressing environmental laws and regulations as they pertain to work performed under this contract. North American Industry Classification System (NAICS) code is 541620, Environmental Consulting Services, which contains a size standard of $14M. This NAICS must be listed on the firm's System for Award Management (SAM) database submittal. Obtaining Solicitation Documents: Offerors: Please be advised that an on-line registration requirement in System for Award Management (SAM) database http://www.sam.gov/ exists and directed solicitation provisions concerning electronic annual Representations and Certifications on SAM. Representations and certifications are required to be up-dated 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 SAM. Solicitation documents will be posted to the web via Federal Business Opportunities (Fed Biz Opps) (www.fbo.gov). Registration is required to access solicitation documents. Federal Business Opportunities provides secure access to acquisition-related information, synopsis or pre-solicitation notices and amendments. Summary of access requirements to solicitation is as follows. Find solicitation announcements in FedBizOpps (www.fbo.gov). Contractual questions concerning the solicitation should be directed by email to jessica.r.jackson@usace.army.mil or doug.e.hadley@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-14-R-0015/listing.html)
- Place of Performance
- Address: F.E. Warren Air Force Base F.E. Warren AFB WY
- Zip Code: 82005
- Zip Code: 82005
- Record
- SN03273742-W 20140126/140124234019-bbb44809c72f470dd2b409e0b9e1afb5 (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 |