Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 20, 2014 FBO #4591
SOLICITATION NOTICE

F -- Multiple Award Task Order Contract (MATOC) for Multiple Environmental Government Acquisition (MEGA) - Huntsville, containing Chemical Warfare Material (CWM)

Notice Date
6/18/2014
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY14R0068
 
Response Due
7/3/2014
 
Archive Date
8/17/2014
 
Point of Contact
Jill Freeman, 256-895-1789
 
E-Mail Address
USACE HNC, Huntsville
(jill.g.freeman@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Multiple Award Task Order IDIQ Contract (MATOC) for Environmental Remediation Services (ERS) support work assigned to the U.S. Army Corps of Engineers (USACE), including but not limited to, Department of Defense Environmental Restoration Program (DERP); Formerly Used Defense Sites (FUDS); Military Munitions Response (MMR) for various Department of Defense (DoD) customers including conventional munitions, Chemical Warfare Materiel, Biological Warfare Materiel and other munitions-related services (OMRS); DoD Environmental Compliance Program, Environmental Support for Others (ESFO)Program; support to the Environmental Protection Agency (EPA) including Superfund and Brownfield Programs; Formerly Utilized Sites Remedial Action Program (FUSRAP); environmental cleanup for various military and Interagency and International Support (IIS) customers; environmental stewardship, and other environmental related regulatory programs. This acquisition is being offered as an unrestricted acquisition. The proposed IDIQ MATOC consists of one three-year base period and one two-year option period. The MATOC will be solicited and procured using Best Value Trade-Off methodology in accordance with Federal Acquisition Regulation (FAR) Part 15.101. The government anticipates award to a target of ten (10) eligible offerors (5 Large Business (LB) & 5 Small Business (SB)). However, the Government reserves the right to select more, less, or none at all. The pool of contractors which successfully receives an award will share the total contract capacity of $400,000,000. Task orders issued under this MATOC will be firm-fixed price (FFP), cost-plus fixed fee (CPFF) term form, or cost-plus fixed fee (CPFF) completion form, or any combination of thereof, and may include options. Description of work: Task orders under this contract will be in support of existing and future USACE customers throughout the United States, including Alaska and Hawaii, the U.S. territories, Outlying areas as defined by FAR 2.101, Territorial waters, Kwajalein Island Meck Island, Bikini Atoll, and Palau. Task orders will be issued for various known or suspected Hazardous, Toxic, and Radioactive Waste (HTRW) sites and Munitions and Explosives of Concern (MEC) sites. Services may include, but are not limited to, the control of environmental contamination from pollutants, toxic substances, radioactive materials, and hazardous materials. Services that may be required in an ERS task order include, but are not limited to: preparation of work plans; studies with associated reports; multiple phases of field investigations; preliminary assessments (PA); site inspections (SI) and remedial site inspections; remedial investigations (RI); feasibility studies (FS); Engineering Evaluation Cost Analysis (EECA); Action Memorandum (AM); Proposed Plan (PP); Decision Document (DD); Record of Decision (ROD), monitoring well installation and sampling; short and long term monitoring/long term operations (LTM/LTO) or Long Term Response Action (LTRA); data management; data interpretation; engineering evaluation and corrective actions; optimization studies; ground-water modeling; geophysical surveys; remediation cost estimates; management of non-hazardous and hazardous investigative derived waste (IDW); environmental and human health risk assessments; risk based remediation; air emission issues including vapor intrusion; surface water discharge, applying for environmental permits, remedial design; well abandonment; meetings; public meeting participation; preparation of presentation material both written and visual; hydrological, sediment and soil studies; project reports; engineering support and/or design; value engineering studies; operations and maintenance (O&M) for HTRW sites; energy evaluations for remediation systems; remedial action plans; remedial actions; removal action plans; removal actions; construction support; range clearance activities; site closeout/decision documents; abandoned mines program support; other military munitions activities; and, future project programming and scheduling support. The Contractor shall provide a full range of professional services in a proficient, productive, and knowledgeable manner to efficiently and effectively accomplish all contract work. This solicitation will be issued in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting this solicitation will not be honored. Offerors must register in the System for Award Management (SAM) at www.sam.gov prior to submission of proposals. The solicitation will be posted to FedBizOpps at www.fedbizopps.gov, and is available to contractors without charge. Contractors can search for the solicitation by solicitation number. Offerors can register on the FedBizOpps site for the vendor collaboration tool so that possible partnerships and subcontracting opportunities can be identified. It is the offeror's responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. The evaluation factors and their importance for this MATOC are listed below: The evaluation factors are: VOLUME I, FACTOR I: TECHNICAL CAPABILITY VOLUME II, FACTOR II: TECHNICAL APPROACH TO SAMPLE TASK ORDER VOLUME III, FACTOR III: ORGANIZATION/MANAGEMENT VOLUME IV, FACTOR IV: PAST PERFORMANCE VOLUME V, FACTOR V: SMALL BUSINESS PARTICIPATION PLAN VOLUME VI, FACTOR VI: OFFER The Factors will be broken down further in the associated RFP. Award will be made to Offeror(s) whose technical submittal and price proposal meet the requirements of the RFP and offers the best value to the Government. Proposals shall include sufficient detailed information to allow complete evaluation. The Government reserves the right to reject any and all offers. Offerors are reminded that while the Government may elect to consider data obtained from other sources for past performance, the burden of proof of acceptability rests with the offeror. This solicitation will be issued in electronic format only and will be available ON OR ABOUT 3 July 2014. Note: Response Date referenced under General Information does not refer to the PROPOSAL DUE DATE. The estimated Proposal Due Date is 5 August 2014 and will be stated in the solicitation. Point of Contact Jill Freeman, Contract Specialist, Office Number: 256-895-1789 Shirley Martin, Contracting Officer, Office Number: 256-895-1642 Email your questions to US Army Corps of Engineers, Huntsville at Jill.G.Freeman@usace.army.mil and Shirley.A.Martin@usace.army.mil Place of Performance Address: US Army Corps of Engineers, Huntsville Center, P.O. Box 1600, Huntsville AL Postal Code:35807-4301 Country:US
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY14R0068/listing.html)
 
Place of Performance
Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
 
Record
SN03398804-W 20140620/140619021812-442c6beb8af3ef8c85f641eeb07f9e6e (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.