Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2016 FBO #5335
MODIFICATION

F -- Environmental Remediation Services at Fort Belvoir, Virginia

Notice Date
6/30/2016
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
 
ZIP Code
21203
 
Solicitation Number
W912DR-16-R-0009
 
Archive Date
8/30/2016
 
Point of Contact
Patricia Morrow, Phone: 410-962-3463, Tamara A. Wright, Phone: 410-962-4958
 
E-Mail Address
patricia.morrow@usace.army.mil, Tamara.A.Wright@usace.army.mil
(patricia.morrow@usace.army.mil, Tamara.A.Wright@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Corps of Engineers (USACE), Baltimore District, intends to issue a Request for Proposal (RFP), Number W912DR-16-R-0009, for Environmental Remediation Services at Fort Belvoir, Virginia on or around 15 July 2016. This will be a total small business set aside. The NAICS code is 569210, Remediation Services, Environmental Remediation. The small business size standard for this NAICS Code is 500 employees. All work to be acquired under the contract will be accomplished by the issuance of individual firm fixed price task orders. The ordering period will be a Base Year and four Option Years. The total capacity for the Single Award Task Order Contract (SATOC) is $15 Million. The minimum guarantee for this contract is $15,000.00. THIS IS NOT A REQUEST FOR PROPOSAL. The purpose of this contract is to provide a full range of environmental compliance, environmental restoration, environmental conservation activities, pollution prevention and environmental management activities. The environmental compliance and base support includes, but not limited to, air pollution regulations, testing of water and laboratory services, solid waste handling, disposal regulations, and recycling programs, hazardous waste handling and disposal, compliance with Federal, state and/or local Emergency Planning and Community Right to Know regulations, compliance with Federal, state and/or local water quality regulations, VPDES Municipal Separate Storm Sewer permit requirements, VPDES Industrial Storm water Major Permit requirements, lead-based paint investigations and abatement, asbestos surveys, master spill plan, federal and state petroleum regulations, indoor air quality monitoring and corrective actions, and Installation Sustainability and environmental management systems. The environmental restoration requirements include, but not limited to, development of site specific work plans with accompanying sub-plans, sampling and testing of soil, conduct waste investigations, prepare remedial action decision documents, corrective measures studies, corrective measures action plans, remedial action plans, perform risk assessments (both human and ecological), conduct remedial action activities at sites, remediation of contaminated soils, demolition, removal, treatment, transport and/or disposal of man-made structures, remediation of contaminated groundwater, topographic, structural and geophysical surveys, hydrogeological testing and data analysis, chemical sampling, treatment, and/or disposal of containerized wastes, construction of containments around hazardous and regulated waste sites, operation and maintenance of remediation facilities, laboratory services, community education and public affairs activities, geotechnical investigations, base sustainment, restoration and modernization support. The environmental conservation requirements include, but not limited to, compliance with Federal, state and local wetlands permitting, permit compliance and monitoring requirements, wetlands, streams and ecological and natural resource surveys, threatened and endangered species surveys, archeological reconnaissance and Phase I and Phase II surveys, and perform Phase III data recovery, perform wetland mitigations restorations, National Environmental Policy Act documentation, a full array of cultural resource compliance services, and historic preservation plans. The contractor will also be required to perform a wide range of pollution prevention work that includes, but not limited to, pollution prevention plans, implementation of repairs, upgrades, and improvements, and pollution prevention training programs in addition to providing data and environmental management services. This contract will contain no construction requirements. The geographic area of coverage will be exclusively for Ft. Belvoir. The Government intends to award the contract by approximately September 2016. Offerors must be registered in the System for Award Management (SAM) database in order to participate in this procurement. The website for SAM is http://www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-16-R-0009/listing.html)
 
Place of Performance
Address: Ft. Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN04168267-W 20160702/160630235836-57f203e50c4c120b39f64a96d43b2657 (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.