Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2020 SAM #6743
SOLICITATION NOTICE

F -- Multiple Award Military Munitions Services, III

Notice Date
5/14/2020 12:07:12 PM
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
W912DR19R0051
 
Response Due
6/5/2020 10:00:00 AM
 
Archive Date
06/20/2020
 
Point of Contact
Linda Evans, Phone: 4109623710, Laura A. Wade, Phone: 4109625129
 
E-Mail Address
linda.evans@usace.army.mil, laura.a.wade2@usace.army.mil
(linda.evans@usace.army.mil, laura.a.wade2@usace.army.mil)
 
Description
This proposed procurement is Full and Open Competition for a target of� eight (8) Firm Fixed Price Indefinite Delivery contracts which include a target of four small business reserves to provide munitions and environmental response services; NAICS 562910 ""Remediation Services"" with a size standard of 750 employees. USACE Baltimore District�s intention is to issue a Request for Proposal (RFP) Number W912DR-19-R-0051, for the Multiple Award Military Munitions Services (MAMMS III) contract for munitions and environmental response services located within the Continental United States (CONUS), Alaska, Hawaii and U.S. Territories.� All work to be acquired under the contract will be accomplished by the issuance of individual firm fixed price task order.� The ordering period will be for five years with two (2) one-year option periods.� The Multiple Award Task Order contracts (MATOC) will have a shared capacity of $240 Million.� The minimum guarantee for each contract is $10,000. The awarded contracts will provide a wide range of military munitions and environmental response services at various current and formerly used defense site, property adjoining currently and formerly used defense sites, and other federally controlled/owned sites.� The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform munitions and environmental response services as defined in this Performance Work Statement (PWS) except for those items specified as Government furnished property and services. Individual task orders will contain specific performance based requirements. The Contractor shall perform to the standards in this contract and project specific task orders. The Contractor shall primarily perform Military Munitions Response Program (MMRP) services to protect human health and the environment from hazards associated military munitions and contaminants of potential concern (COPCs). HTRW services incidental to MMRP shall also be performed, if required, to protect human health and the environment from hazards associated with military munitions and COPCs. The terms �Munitions or Chemical Warfare Material (CWM) or MC response/operations/activities,� and �Munitions Response Sites (MRSs)� generally apply to work performed under the MMRP. For the purpose of this contract, the term �HTRW response� represents any and all remediation of hazardous substances required under the DoD�s Installation Restoration Program (IRP) and FUDS HTRW projects. The contract will be acquired using Source Selection procedures as identified in FAR 15.3 and will be awarded to the Offerors who provide the best value to the Government.� The Governments anticipates making awards without discussions; therefore, the Offeror�s initial proposal should contain the Offeror�s best terms from a price and technical standpoint.� The Government reserves the right to conduct discussions if the Contracting Officer determines them to be necessary.� An award is intended to be made in the first quarter of 2021. Offerors must be registered in the System for Award Management (Beta.SAM) database in order to participate in this procurement.� All questions must be submitted in writing by email to linda.evans@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4ae3115bdbf64752b5aade399a07427a/view)
 
Record
SN05657427-F 20200516/200514230153 (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.