Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 17, 2016 FBO #5228
SOLICITATION NOTICE

F -- Environmental Remediation Services (ERS) with Military Munitions Response Program (MMRP), Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract - W9128F-16-R-0028

Notice Date
3/15/2016
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-16-R-0028
 
Point of Contact
Jessica R. Jackson, , Tyler P. Hegge,
 
E-Mail Address
jessica.r.jackson@usace.army.mil, tyler.hegge@usace.army.mil
(jessica.r.jackson@usace.army.mil, tyler.hegge@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
W9128F-16-R-0028 - Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside - On or about 31 March 2016, this office will issue a solicitation as a part of the U.S. Army Corps of Engineers (USACE) Multiple Environmental Government Acquisition (MEGA) strategy. The Omaha District intends to issue a Request for Proposal (RFP) for 562910. The resulting contracts will provide for firm-fixed price task orders. This Environmental Remediation Services (ERS) contract will support work for the U.S. Army Corps of Engineers, Northwestern Division (NWD) and Omaha District existing customers including but not limited to, Department of Defense Environmental Restoration Program (DERP); Formerly Used Defense Sites (FUDS); Military Munitions Response Program (MMRP) for various Department of Defense (DoD) customers; 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. Proposals will be due on or about 29 April 2016. This solicitation will issue up to ten (10) MATOC awards, with a maximum shared capacity of $60 million. Each contract awarded under this MATOC will have a base period of three years and an option to extend the contract for an additional two-year period. The MATOCs will allow for firm fixed price task orders. The North American Industry Classification System (NAICS) Code for this acquisition is 562910 - Environmental Remediation Services; the small business size standard is 750 employees. Evaluation of proposals will be performed on a "best value, trade-off" basis. Task orders under this MATOC will use performance-based Statement of Objectives or Performance Work Statement. 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. Remedial action activities could include, but are not limited to the following: air sparging; soil vapor extraction; bioremediation including explosive media; asbestos and lead-based paint remediation; radon abatement; landfill capping and collection systems; building remediation and demolition; sediment remediation; air discharge systems; ground-water extraction and injection systems; air stripping; carbon absorption; ground-water treatment systems; incineration of soils; low-temperature thermal desorption; mixed water disposal; solidification of contaminated matter; soil washing; detection, recovery, and disposal of MEC or any in-situ or on-site treatment methods. Remedial actions may address both regulated and non-regulated toxic substances. Incidental construction will also be included in the ERS contracts however, construction activities must be incidental to the ERS work. The scope for MMRP and other military munitions related activities requires the contractor to have experience with the regulatory process (CERCLA/RCRA) and phases (e.g. PA/SI, EECA, RI/FS, AM, PP, ROD, Non-Time Critical Removal Action (NTCRA), and Time Critical Removal Action (TCRA), Remedial Design and Remedial Actions, etc.) normally utilized to perform military munitions response actions. Activities required include, but are not limited to, the following actions: historical records review (HRR); visual surveys; geophysical mapping and associated activities; military munitions removal/remedial actions and associated activities; Explosive Safety Submission (ESS)/Explosive Siting Plans (ESP) preparation; explosives management (siting, use, etc.); munitions debris handling and disposal; anomaly avoidance; construction support; munitions constituent sampling; small arms/skeet range investigation and removal/remedial actions; x-ray fluorescence; community relations support; reporting; and Geographical Information System (GIS) support for project activities. Contracts that will require military munitions design efforts will only be executed by USACE Districts which have been authorized to perform military munitions response actions per Operation Order (OPORD) 2006-43, Military Munitions Support Services (M2S2), September 2006 and ER1110-1-8153 Military Munitions Support Services, 30 June 2010. 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). There are no drawings associated with this Request for Proposal. Copies of this solicitation are available by INTERNET ACCESS ONLY. All solicitation documents will be posted to FedBizOpps (http://www.fbo.gov). It shall be the contractor's responsibility to check the website for any amendments or new information regarding this solicitation. The Contract Specialist point of contact for this project is Jessica Jackson who can be reached by email at jessica.r.jackson@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-16-R-0028/listing.html)
 
Place of Performance
Address: 1616 Capitol Ave, Omaha, Nebraska, 68012, United States
Zip Code: 68012
 
Record
SN04051003-W 20160317/160315235357-c3dd2c7daaaf0401d874da0b26893ae2 (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.