Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2016 FBO #5235
SOLICITATION NOTICE

F -- Unrestricted Pre-Placed Remedial Action Contract (PRAC), Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC)

Notice Date
3/22/2016
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Kansas City, Attn: CENWK-CT, 635 Federal Building 60l East 12th Street, Kansas City, Missouri, 64106-2896, United States
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-16-R-3001
 
Archive Date
5/4/2016
 
Point of Contact
William J. Hill, Phone: 8163893827
 
E-Mail Address
william.j.hill@usace.army.mil
(william.j.hill@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: This Pre-placed Remedial Action Contract (PRAC) will support work assigned to the U.S. Army Corps of Engineers (USACE) Northwestern Division and the Environmental Protection Agency (EPA) Region 2, for hazardous, toxic and radioactive waste (HTRW) remediation projects for both civilian and military agencies of the Federal Government. This contract for environmental response actions will include service and construction activities mandated by the Defense Environmental Restoration Program (DERP), Superfund, environmental compliance and pollution prevention projects under the Department of Defense Environmental Quality Program, Brownfields, Formerly Utilized Sites Remedial Action Program (FUSRAP), environmental cleanup activities under the Base Realignment and Closure (BRAC) Program, Department of Homeland Security and the Federal Emergency Management Agency (FEMA), and other environmental and homeland security laws and regulations requiring support activities for military installations, Corps' civil works projects, and work for other federal agencies. The DERP projects will include Installation Restoration Program (IRP) activities on active Army and Air Force installations and on Formerly Used Defense Sites (FUDS). It is anticipated that the majority of the work will be conducted within EPA Region 2. Architect-Engineer contracts under FAR Subpart 36.6 will not be awarded under this contract. The solicitation will be issued on or after 12 April 2016. This Indefinite Delivery / Indefinite Quantity (ID/IQ) Multiple Award Task Order Contract (MATOC) is a part of the U.S. Army Corps of Engineers, Multiple Environmental Government Acquisition (MEGA) Strategy. This Solicitation will be for the award of one MATOC for environmental remediation services under NAICS Code 562910. The MATOC will include $92.5M in shared capacity. The task orders will support existing and future USACE customers, Districts within the USACE Northwestern Division, and the Environmental Protection Agency (EPA). Both firm fixed price and cost reimbursement task orders may be issued. All Task Orders to be awarded under this MATOC will be competed in accordance with (IAW) FAR 16.505(b)(1), Fair Opportunity, unless one of the exceptions to fair opportunity at FAR 16.505(b)(2)(i) applies. Task Order selection will be tailored to specific project requirements and awarded IAW pre-established evaluation criteria. The Government intends for five contractors to receive awards. The agency reserves the right to award more or less than 5 contracts. This will be an Unrestricted Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC). This Request for Proposal (RFP) is available for award to all firms with active SAM registration under North American Industry Classification System (NAICS) Code 562910, Environmental Remediation Services. Firm fixed-price or cost reimbursement task orders will be written against the IDIQ Contracts. The Contracting Officer has the discretion of adjusting the number of contracts awarded, or awarding none at all. Evaluation of proposals will be performed on a "trade-off best value" basis. Contracts will have a base period of three years and an option to extend the contract for an additional two-year period. The MATOCs awarded may include firm-fixed price and cost reimbursement task orders for a wide range of environmental remediation services, including but not limited to: environmental removal actions, remedial actions, and other remediation activities as well as related activities necessary to ensure complete and successful remediation. Remedial activities may include, but not be limited to, excavation, transportation, and disposal of hazardous, toxic, or low level radiological waste; construction and operation of groundwater treatment plants and extraction systems; dredging of contaminated sediments; installation and operation of in situ treatment technologies including but not limited to air sparging, chemical oxidation, chemical reduction, enhanced bioremediation, ground-water circulating wells, permeable reactive barriers, soil vapor extraction, and thermal treatment; water line installations/service connections hookups; and utility line replacement and/or remediation along utility lines; and erosion, sewer, and storm water controls for the purpose of compliance and/or pollution prevention. Supporting activities include, but are not limited to, sampling and laboratory analysis of soil, groundwater, surface water, air, and sediments; monitoring well, extraction well, and injection well installation, monitoring, and maintenance; supporting facilities for construction; work plan preparation; construction completion reports, as-built drawings, periodic monitoring reports, operation and monitoring reports, and other documents as needed; demolition; and public relations activities. Proposal Evaluation: The Government is utilizing the procedures in FAR 15.3 "Source Selection" under competitive negotiated proceedings to select the proposals that represent the best value to the Government. The trade-off process inherent in best value source selection allows the government to consider award to other than the lowest priced offeror or other than the highest technically rated offeror. Consequently, all evaluation factors that may affect the contract award and their relative importance will be clearly stated in the solicitation. Offerors: Please be advised of on-line registration requirement in the System for Award Management (SAM) database http://www.sam.gov/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. There are no drawings associated with this Request for Proposal. Copies of this solicitation are available by INTERNET ACCESS ONLY. Notification of amendments shall be made via Internet only, as well. It is therefore the Contractor's responsibility to check the following address daily for any posted changes to this solicitation. For security reasons, all technical and engineering data related to this solicitation will be distributed using the Federal Business Opportunity (FBO) system, at www.fbo.gov. FBO is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested Offerors MUST register with FBO or they will not be able to download information from the site. Registration instructions can be found on the FBO website at www.fbo.gov by clicking on the Register Now hyperlink. Contractors registered with FBO may view and/or download this solicitation and all amendments from the Internet AFTER SOLICITATION ISSUANCE. All amendments will be posted to FBO. It shall be the contractor's responsibility to check the website for any amendments. Interested parties are reminded that they are responsible for checking on new information posted to FBO. The information being requested does not constitute a commitment on the part of the Government to award a contract, nor to pay for any costs incurred as a result in replying to this notice. This notice should not be construed as a commitment by the Government for any purpose.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-16-R-3001/listing.html)
 
Place of Performance
Address: The 'covered area' includes the areas included within the geographical boundaries of the Northwestern Division of the U.S. Army Corps of Engineers (USACE) and the Environmental Protection Agency (EPA) Region 2, United States
 
Record
SN04058705-W 20160324/160323001125-097b849c6f4bfbcd100d4a60018bbdc0 (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.