Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 07, 2020 SAM #6673
SOLICITATION NOTICE

F -- OPTIMIZED REMEDIATION CONTRACT, JOINT BASE ELMENDORF-RICHARDSON, ALASKA

Notice Date
3/5/2020 12:03:00 PM
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
W2SN ENDIST ALASKA ANCHORAGE AK 99506-0898 USA
 
ZIP Code
99506-0898
 
Solicitation Number
W911KB20R0006
 
Archive Date
05/01/2020
 
Point of Contact
John L McComas, Contracting Specialist, Phone: 907-753-2593, Tim Clapp, Phone: 907-753-2836
 
E-Mail Address
John.L.Mccomas@usace.army.mil, timothy.l.clapp@usace.army.mil
(John.L.Mccomas@usace.army.mil, timothy.l.clapp@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A PRESOLICITATION NOTICE ONLY. OFFEROR PROPOSALS WILL NOT BE ACCEPTED FOR THIS NOTICE.� CONTRACT INFORMATION:� Optimized Remediation Contract Single Award Task Order Contracts (SATOC), Primarily Alaska.� This acquisition is issued as 100% Total Small Business Set-Aside. �North American Industrial Classification System (NAICS) code is 562910, Environmental Remediation Services which has a size standard of 750 employees.�� A solicitation will be available on this site on or about 20 March 2020. This acquisition will be awarded as SATOC Indefinite Delivery Contract (IDC) contract consisting of a base year and five� (5) 1-year option periods (if exercising is in the Government�s best interest).� The overall program capacity is $35M.� The resultant IDC will have firm fixed price (FFP) task orders.� The IDC will have a minimum guarantee amount of $10,000 for the entire contract period. DESCRIPTION OF WORK: The objective of this contract is to provide environmental compliance support activities necessary to support United States Air Force (USAF) and AFCEC environmental mission requirements.� This requirement is for environmental remediation activities to include environmental services, minor construction, and A&E services at Joint Base Elmendorf-Richardson (JBER), Alaska.� The�Performance Work Statement (PWS) in Section C defines the scope of environmental services necessary to conduct site restoration.� The range of activities include maintenance of established remedies, implementation of optimization to enhance remedial progress at applicable sites, and achievement of site specific objectives.� The Contractor shall undertake Environmental Remediation activities to achieve Performance Objectives (POs) at 76 Installation Restoration Program (IRP) sites and three (3) Military Munitions Response Program (MMRP) sites. JBER is comprised of the former Fort Richardson Army Post and Elmendorf Air Force Base (AFB) and is located adjacent to the city of Anchorage, Alaska. At 74,091 acres, JBER is the largest AF Installation in Alaska and home of the AF's Headquarters, Alaskan Command (ALCOM); Alaskan North American Aerospace Defense Command Region; Eleventh AF (11 AF); and the 3rd Wing (3WG), as well as the Army's US Army Alaska (USARAK); the 4th Brigade Combat Team (Airborne), 25th Infantry Division (4-25th ABCT); and the 3rd Maneuver Enhancement Brigade (3rd MEB). The 673d Air Base Wing (673 ABW) is the host wing at JBER and supports and enables three AF total-force wings, two Army brigades and 75 associate and tenant units. Remediation activities at JBER are being conducted pursuant to the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) for some of the sites and in accordance with the Alaska Department of Environmental Conservation (ADEC) regulations for the others. JBER-Elmendorf (the former Elmendorf AFB property is referred to as JBER-Elmendorf or JBER-E) was added to the National Priority List (NPL) in 1990 and has a Federal Facility Agreement (FFA) signed in 1991. JBER-Richardson (the former Fort Richardson property is referred to as JBER-Richardson or JBER-R) was added to the NPL in 1994 and has an FFA signed in the same year. JBER-Richardson also has a companion State-Fort Richardson Environmental Restoration Agreement signed in 1994 and a State-Fort Richardson Underground Storage Tank (UST) Compliance Agreement signed in 1993. The FFAs will remain separate. Regulatory oversight at JBER is provided by the US Environmental Protection Agency (US EPA) Region 10 and ADEC. The single-award task order contract (SATOC) indefinite-delivery contract tool is anticipated to support various environmental services within the USACE Alaska District and across JBER. Offeror selected for award will be determined to be the best value to the Government considering non-price, price factors, and all criteria as cited the solicitation.� The solicitation will utilize the trade-off evaluation process described in FAR 15.101-1.� The Government will evaluate Technical Capability (including Technical Risk/Approach, Corporate Experience, and Management Approach), Past Performance, and Price proposed on CLIN/Sub-CLIN structure.� All offerors are advised that this solicitation may be canceled or revised at any time during solicitation, selection, evaluation, negotiation and up to final award.� If the solicitation is cancelled, all proposal preparation costs will be borne by the offeror.� All offerors must be registered in the System for Award Management (SAM) at http://www.sam.gov.� �Joint ventures must be registered in SAM as the joint venture.� Offerors are advised to begin this process when they prepare their proposal in order to ensure this registration is in place should they be selected for the award.� Lack of registration in the SAM database will make an offeror ineligible for award. OBTAINING THE SOLICITATION:� The solicitation for this acquisition will be provided in electronic format only and is currently scheduled to be available for download on or about 20 March 2020 at the Government Point of Entry website at https://beta.sam.gov/.� �Enter this solicitation number (W911KB-20-R-0006) using the Contract Opportunities drop down option in the dialogue box.� Any future amendments to the solicitation will also be available for download from this website.� All notifications of changes to this solicitation shall be made through the internet only.� �It is the Offeror�s responsibility to check for any posted changes to this solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6bda502027b0456bab19de0793a0df87/view)
 
Place of Performance
Address: JBER, AK 99506, USA
Zip Code: 99506
Country: USA
 
Record
SN05580509-F 20200307/200305230144 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.