SPECIAL NOTICE
F -- Optimized Remediation Contract (ORC), TX/LA Group - Draft PWS; Draft SubCLIN Structure; Bidder's Inquiry Info
- Notice Date
- 10/10/2019
- Notice Type
- Special Notice
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Department of the Army, US Army Corps of Engineers, USACE District, Tulsa, Attn: USACE, CESWT- CT, 2488 E. 81st Street, Tulsa, Oklahoma, 74137-4290, United States
- ZIP Code
- 74137-4290
- Solicitation Number
- W912BV20S0015
- Archive Date
- 11/15/2019
- Point of Contact
- Brenda K. Anderson, Phone: 9186697274
- E-Mail Address
-
brenda.k.anderson@usace.army.mil
(brenda.k.anderson@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Bidder's Inquiry Information for TX/LA Group ORC Draft SubCLIN Structure for TX/LA Group ORC Draft PWS for TX/LA Group ORC Special Notice for Industry Comment Draft PWS for the Optimized Remediation Contract (ORC) TX/LA Group Sources Sought Announcement #W912BV20S0015 Not a Request for Proposals: This is a SPECIAL NOTICE announcement for industry review and comment information only. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SPECIAL NOTICE ANNOUNCEMENT. No reimbursement will be made for any costs associated with reviewing the Draft PWS or CLIN/sub-CLIN structure and providing comments or feedback in response to this Special Notice announcement. Synopsis: The U.S. Army Corps of Engineers, Tulsa District, intends to issue a Request for Proposal (RFP) for a Firm-Fixed-Price, Performance-based Contract for Environmental Remediation Services (ERS) under the North American Industry Classification System (NAICS) 562910 to meet the Air Force's requirements for an Optimized Remediation Contract (ORC) to conduct environmental remediation activities at the following nine (9) Air Force installations in Texas and Louisiana collectively known as the "Texas/Louisiana" (TX/LA) Group": a) Barksdale AFB, Louisiana (LA); b) Dyess AFB, Texas (TX); c) Goodfellow AFB, TX; d) Joint Base San Antonio (JBSA) Camp Bulllis, TX; e) JBSA Fort Sam Houston, TX; f) JBSA Lackland AFB, TX; g) JBSA Randolph AFB, TX, h) Laughlin AFB, TX, and i) Sheppard AFB, TX. The proposed action is referred to as the ORC TX/LA. The scope includes environmental remediation and engineering activities necessary for investigation, design, remedial action, remedial construction, and remediation activities to support performance objectives that either advance or complete site cleanup (achieve site closeout or response complete) during the contract period of performance in the most efficient and cost effective manner through optimization of environmental restoration activities, while complying with applicable federal, state, and local laws and regulations at 99 Environmental Restoration Program sites consisting of 81 Installation Restoration Program (IRP) sites and 18 Military Munitions Restoration Program (MMRP) site. Request for Industry Review and Comment: A DRAFT Performance Work Statement (PWS) and CLIN/sub-CLIN structure is being provided for industry review. The Government invites any constructive comments from contractors or potential Offerors regarding either the DRAFT PWS or CLIN/sub-CLIN structure. Comments MUST be submitted via ProjNet; information regarding the use of the ProjNet website and the ProjNet Key will be provided as a separate document to this Special Notice. Please be advised that questions will not be answered. The Government may or may not incorporate any suggestions or recommendations made by the comments into the Final PWS issued with the RFP. The final date to submit entries into ProjNet in response to this Special Notice is 4:00pm, Central Standard Time, Thursday, 31 October 2019. Government Furnished Information (GFI) Can Be Requested Now: A substantial amount of Government Furnished Information (GFI) is available for the ORC TX/LA Group. Contractors may submit a request via ProjNET to obtain the available GFI. The request must provide the following: Company Name, POC, address, city, State, zip code, email, and telephone number. ONLY ONE (1) SET OF GFI PER COMPANY. Upon receipt of the request, the GFI will be provided CDs and will be shipped in accordance with the provided information. GFI may be requested at any time from the posting of the Special Notice until the deadline identified in the official RFP. Contractors and potential Offerors are urged to request the GFI as early as possible to allow sufficient time to review the data. Previous Announcements: A Sources Sought announcement (W912BV-19-S-1030) was made available via FedBizOpps on March 29, 2019 and closed on April 30, 2019 for market research purposes. Firms that did not submit a response to the Sources Sought and meet the small business set-aside remain eligible to submit a proposal in response to the official RFP when issued. Future Site Visit Information: Site visits to the applicable installations will be conducted after the Request for Proposal has been issued. Personal Visits or Calls Will Not Be Entertained: Personal calls or visits regarding this Special Notice will not be entertained by any Government personnel. All comments must be submitted via ProjNet. NOTE: The Government reserves the right modify or not solicit the requirements identified above without notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV20S0015/listing.html)
- Record
- SN05472368-W 20191012/191010230650-714d8fca8a1ca073432c0d27750903ce (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 |