Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2017 FBO #5661
SOLICITATION NOTICE

R -- Environmental Remediation and Decommissioning Services

Notice Date
5/22/2017
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of Transportation, Office of the Secretary (OST) Administration Secretariate, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093, United States
 
ZIP Code
02142-1093
 
Solicitation Number
DTRT5717R20017
 
Archive Date
5/22/2018
 
Point of Contact
Michael, Phone: 6174943827
 
E-Mail Address
michael.griffin@dot.gov
(michael.griffin@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, intends to issue a solicitation for Environmental Remediation and Decommissioning Services (ERDS) support. The solicitation will be competed as a total Small Business Set-Aside (SBSA) to all qualified offerors. The Government's intention is that multiple contract awards will be made from this solicitation. This procurement will be conducted in accordance with FAR Part 15, Contracting by Negotiation and the solicitation will be issued on an Indefinite Delivery/Indefinite Quantity (ID/IQ) basis with the ability to issue firm fixed price, cost-plus-fixed-fee completion, and cost-plus-fixed fee term type task orders. The term of the ordering period of the resulting contract will be four (4) years from the date of award. The successful Offerors will need to be capable of supporting a range of ERDS at multiple sites across large geographic areas simultaneously. The Volpe Center seeks to acquire expertise in the following areas: 1. Preliminary assessment and site inspection 2. Testing and remedial investigation 3. Feasibility studies 4. Regulatory compliance 5. Remedial design and containment 6. Remedial action 7. Removal of contaminated materials 8. Nuclear remediation 9. Containment and disposal of contaminated materials 10. Physical site security 11. Project planning 12. Cost estimating 13. Engineering evaluations 14. Permitting for utility disconnection or relocation 15. Modification or relocation of facilities/infrastructure 16. Demolition or deconstruction of facilities, buildings, ships, and other infrastructure 17. Disposal 18. Site restoration and closure The North American Industry Classification System (NAICS) code for this acquisition is 562910 - Environmental Remediation, with a small business size standard of 750 employees. The estimated release date of the solicitation will be on or about July 15, 2017. Proposals will be due approximately 45 calendar days following the issuance of the solicitation. It is anticipated that a pre-proposal Webinar will be held two weeks after release date of the solicitation. Complete details of the pre-proposal Webinar will be provided in the solicitation. In accordance with FAR Subpart 16.306 (c), a Prime Contractor is not eligible to receive a cost reimbursement contract or a task order award unless its accounting system has been reviewed by a Government audit agency and determined by the CO to be adequate for determining costs under a cost reimbursement contract. The sole responsibility rests with the Offeror to perform whatever prepatory work is required so that its accounting system will be approved should the Defense Contract Audit Agency (DCAA) be engaged to perform the review. There is considerable information available which outlines the accounting system requirements and audit. The DCAA website http://www.dcaa.mil includes information on the DCAA audit program describing the audit process and it includes helpful references. Go to "Guidance" and "Checklists and Tools" for information on accounting systems. The Volpe Center uses electronic commerce to issue request for proposal (RFP) and amendments to RFP. Paper copies will not be made available. The solicitation and any documents related to this procurement will be available on the Federal Business Opportunities (FBO) website: http://www.fbo.gov. Paper copies of these documents are not available and no hard copies will be mailed. The Government will not pay for any documentation provided in response to this synopsis and any documentation received will not be returned to the sender. Prospective Offerors desiring to receive electronic notification of the solicitation posting and availability for downloading must register on the FBO website. Offerors are warned that when they register to receive solicitations, amendments, and other notices, it is their responsibility to provide an accurate and complete email address to the Government. The Government will make no additional effort to deliver information when the system indicates that transmissions cannot be delivered to the email address provided. For questions regarding the final solicitation, contact the Contracting Officer in writing by email at michael.griffin@dot.gov. ANY INQUIRIES VIA TELEPHONE WILL NOT BE HONORED. All contractors are reminded that all entity records from the Central Contractor Registration (CCR) and Online Representations and Certifications (ORCA) were moved to the System for Acquisition Management (SAM). All contractors must be registered in SAM in order to receive an award from a DOT Agency. Contractors may access the site at https://www.sam.gov/portal/public/SAM/ to review and obtain information about the registration process. Potential offerors are highly encouraged to complete the online provisions within the Representations and Certifications at the earliest within SAM and must be completed in order to receive an award from a DOT Agency. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs); The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with interest at the prime rate, as published daily in the Wall Street Journal, plus 1.75 percent. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1fd1db89827128fcf456973a9f2fd892)
 
Place of Performance
Address: Nationwide, United States
 
Record
SN04516972-W 20170524/170522234545-1fd1db89827128fcf456973a9f2fd892 (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.