Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2020 SAM #6744
SOLICITATION NOTICE

F -- Dismantling, Demolition, or Removal of Improvements (DDR) contract for work at a Federal Facility

Notice Date
5/15/2020 4:48:43 AM
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
W071 ENDIST KANSAS CITY KANSAS CITY MO 64106-2896 USA
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ20R4008
 
Response Due
6/5/2020 8:00:00 AM
 
Archive Date
06/20/2020
 
Point of Contact
Jay B. Denker, Phone: 8163893934, Stephanie R. Kretzer, Phone: 8163892355
 
E-Mail Address
Jay.B.Denker@usace.army.mil, stephanie.r.kretzer@usace.army.mil
(Jay.B.Denker@usace.army.mil, stephanie.r.kretzer@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers (USACE) Kansas City District intends to issue a full and open unrestricted solicitation for a single Firm Fixed-Price, Dismantling, Demolition, or Removal of Improvements (DDR) contract for work at a Federal Facility located in the Kansas City metro area. The requirements awarded under this contract will be for Environmental Survey and Demolition of Contaminated and Non-Contaminated Facilities which will include environmental contamination assessment, remediation services, demolition/disposal and incidental engineering services. The solicitation is expected to be available on or about 26 May 2020 on the Federal website at https://beta.sam.gov/. Key aspects of this project include but are not limited to coordination with Government and installation operating contractor; preparation of work plans; field investigations; reports; obtaining environmental and safety permits; well abandonment; meetings; range clearance activities; other military munitions activities; environmental services; and demolition. Environmental services include but are not limited to environmental contamination assessment, sampling, laboratory analysis, documentation / reporting the existence of hazardous materials including quantities, and minor soil remediation. Hazardous materials may include but are not limited to lead, asbestos, explosive residue, chemical materials, chemical wastes, metals, munitions and unexploded ordnance. Demolition requirements include demolition of explosive facilities, non-explosive facilities; and supporting/ancillary infrastructure. Work includes but is not limited to asbestos remediation, lead remediation; explosive decontamination/removal/neutralization/disposal; other hazardous waste removal and disposal; well abandonment; removal of drives, roadways, sidewalks and other pavements; removal of earthen berms; removal/abandonment of underground/above ground utilities. The work will include multiple facility types including but are not limited to the following: Well Pump House Equipment Pad Wash Pad Storage Facility Office Building Lab Facility Chlorine Storage Facility Air Compressor Facility Wastewater Lift Station Storage Tank Range Support Facility The Government will evaluate the performance capability of offerors in accordance with the criteria described in the solicitation and the contract will be awarded based upon a Best Value Trade-Off process. The solicitation will include a detailed list of Evaluation Factors and will provide instructions for Proposal Requirements and the Basis for Award. The North American Industry Classification System (NAICS) Code is 562910, (Remediation Services), as full and open unrestricted.� The estimated magnitude of this project is between $1,000,000 - $5,000,000. The estimated performance period for completion of construction is 470 calendar days from Notice to Proceed (NTP). Interested offerors must have an active registration in the System for Award Management (SAM). Firms can register via the SAM internet web-site at https://www.sam.gov/portal/public/SAM/. If the offeror is a Joint Venture (JV), the JV entity must have valid SAM registration in the SAM database representing the JV as one business/firm/entity. The official solicitation package will be posted to the Plan Room via www.projnet.org.� ONLY CONTRACTORS WITH �ACTIVE� SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATIONS, ARE U.S. REGISTERED COMPANIES, AND HAVE NAICS CODE 569210* LISTED ON THEIR SAM REPORT WILL BE PROVIDED THE PLAN ROOM KEY. Please email Jay Denker at Jay.B.Denker@usace.army.mil and provide your firm�s DUNS or CAGE Code to allow the Government to review your firm�s SAM registration.� If the SAM registration is verified with the noted requirements, the Plan Room Key will be provided. This can be done prior to the issuance of the solicitation and the plan key will be provided when the solicitation is posted. Only the Prime Contractor will be given access to the Plan Room Key to download the official solicitation.� Prime Contractors MUST NOT share the Plan Room Key with their subcontractors. No third parties will be given access to the Solicitation and Contractors shall not post the solicitation documents on any websites. A Proposal Guarantee will be required with your proposal in the amount of 20% of the Offeror�s proposed price or $3,000,000, whichever is less. Performance Bonds will be required for the full amount (100%) of the awarded contract before the Notice to Proceed can be issued. Point of Contact: The point of contact for all questions/inquiries is Jay Denker at phone number (816)389-3934 or by email at jay.b.denker@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5525fe0e2929409a906ab557b16991d4/view)
 
Place of Performance
Address: Independence, MO 64057, USA
Zip Code: 64057
Country: USA
 
Record
SN05658966-F 20200517/200516071013 (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.