Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 18, 2016 FBO #5474
MODIFICATION

F -- FORMERLY UTILIZED SITES REMEDIAL ACTION PROGRAM (FUSRAP)

Notice Date
11/16/2016
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU17R0002
 
Archive Date
4/15/2017
 
Point of Contact
Michael W. Hughes, Phone: 2156566777
 
E-Mail Address
michael.w.hughes@usace.army.mil
(michael.w.hughes@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Philadelphia District intends to initiate a Request For Proposals and award one Indefinite Delivery Indefinite, Quantity (IDIQ), Single-Award Task Order Contract (SATOC) to provide remediation of the Formerly Utilized Remedial Action Program (FUSRAP) site at the former DuPont Chambers Works Site (DuPont FUSRAP site) in Deepwater, New Jersey. The acquisition will be solicited using the procurement process prescribed in Part 15 of the Federal Acquisition Regulations. The Government intends to award using the Best Value Tradeoff Process to one responsible offeror whose proposal conforms to all the terms and conditions of the solicitation and whose proposal is determined to represent the overall best value to the Government. There will be a pre-proposal site visit to allow prospective offerors access to the site. The date and time will be listed in the solicitation document posted to FBO.gov; offerors are urged and expected to inspect the site where the work will be performed during this one escorted site visit the Government will host. Note: The solicitation and subsequent contract will include FAR 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigation and Conditions Affecting the Work. All interested offerors will be expected to contact Steve Creighton via email at Stephen.J.Creighton@usace.army.mil within 5 calendar days after the solicitation has been posted. Each offeror will be restricted to two attendees; provide the following information in the email: name, company name, email, and phone number. This requirement is to provide remediation services at the DuPont FUSRAP site. The remediation services include the removal of radioactively contaminated soil and ancillary groundwater from Areas of Concern (AOCs) at the DuPont FUSRAP site. The bulk of the soil volume is mixed waste which includes FUSRAP-related waste and non-FUSRAP chemicals mixed with the FUSRAP waste. Certain non-FUSRAP chemical waste require appropriate handling and health and safety measures during the excavation. Also, included is removal of all FUSRAP related debris and hazardous material which may contain above and below ground utilities. Existing utilities must be protected and if necessary may be replaced which could include water, sanitary line, steam conveyance piping and possibly other Chemours utilities. Work will include treating some contaminated groundwater with the Construction Water Treatment Plant (CWTP), transportation and disposal of waste, and soil and groundwater sampling. Additionally, site restoration activities will be required including backfilling, regrading and possibly paving portions of the site. Lastly, the Contractor shall be responsible for dismantling and demobilization of the CWTP. This acquisition will be solicited using the procurement process prescribed in Part 15 of the Federal Acquisition Regulations. The Government intends to award a contract resulting from this solicitation to a single responsible offeror whose proposal, conforming to the terms and conditions of the solicitation represents the overall best value to the Government after evaluation in accordance with the factors and subfactors in the solicitation without discussions. The offeror's initial proposal should therefore contain the offeror's best terms from a technical and price standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Proposals will be evaluated against the following factors and sub factors (listed in descending order of importance) as listed in the solicitation Factor I - Technical Approach, subfactor 1 - Corporate Experience, Subfactor 2 - Organization Approach/Management Plan/Quality Assurance Approach, Subfactor 3 - Project Completion Approach and Safety, Factor 2 - Past Performance, Construction, and Factor 3 - Price. All evaluation factors other than price, when combined, are significantly more important than Price; however, Price will remain a significant factor and will increase in significance in the selection decision the closer two proposals are in rating and ranking. This SATOC contract is set-aside for small business program participants. The estimated amount of the contract is $75 million. The solicitation number for this procurement is W912BU-17-R-0002. The North American Industry Classification System (NAICS) code for this program is 562910 and the small business size standard is 500 employees. The contract shall be issued for a five (5) year ordering period. The Government intends to award one IDIQ SATOC contract. The solicitation will be issued on or about December 5, 2016, with a proposal due date of about January 6, 2017 at 4:00 p.m. EST. Davis Bacon rates will be applicable to any Construction Task Orders issued under this contract and Performance and Payment bonds will be required for Firm Fixed Priced Construction Task Orders. Service Contract Act rates will be applicable any Service Task Order issued under this Contract. Solicitation documents, plans and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at https://www.fbo.gov/. Registration for plans and specifications should be made via the FBO internet homepage. Hard copies will not be available. No written or fax requests will be accepted. It is the contractor's responsibility to monitor FBO for any amendments. Contractors who receive a federal contract of$150,000.00 are required by legislation (FAR 22.1310(b)) to submit an annual VETS-I 00 Report on your employment of targeted veterans. Information on submitting your report may be obtained by calling 1-866-237-0275 or by accessing the following internet website: http://www.dol.gov/vets/vets-100.html. All contractors must be registered in the DODs System for Award Management database at www.sam.gov (formerly Central Contractor Registration) as required by DFARS 204.1103. Affirmative Action to ensure equal opportunity is applicable to the resulting contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU17R0002/listing.html)
 
Place of Performance
Address: Deepwater, New Jersey, United States
 
Record
SN04328972-W 20161118/161116234051-be0b62e778ccd9340fc1e31088fe0100 (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.