AWARD
F -- $176.25M Small Business Preplaced Remedial Action Contract (PRAC) Multiple Award Task Order Contract (MATOC) under the Multiple Environmental Government Acquisition (MEGA) for Omaha District, Northwestern Division (NWD)
- Notice Date
- 11/24/2020 1:23:58 PM
- Notice Type
- Award Notice
- NAICS
- 562910
— Remediation Services
- Contracting Office
- W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F20R0038
- Archive Date
- 12/03/2020
- Point of Contact
- Ericka Collins, Tyler P. Hegge
- E-Mail Address
-
ericka.t.collins@usace.army.mil, tyler.hegge@usace.army.mil
(ericka.t.collins@usace.army.mil, tyler.hegge@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Award Number
- W9128F21D0006-0013
- Award Date
- 11/18/2020
- Awardee
- HydroGeoLogic, Inc. Reston VA USA
- Award Amount
- 176250000.00
- Description
- W9128F20R0038 � Small Business (SB) set-aside - as a part of the U.S. Army Corps of Engineers (USACE) Multiple Environmental Government Acquisition (MEGA) strategy. This is a�Pre-placed Remedial Action Contract (PRAC) for Environmental Remediation Services (ERS) with Military Munitions Response Program (MMRP), Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Omaha District, Northwestern Division (NWD) and existing customers throughout the contiguous United States, including Alaska, Hawaii and the U.S. Territories. The shared capacity of the MATOC is $176.25 million. Task orders awarded under this MATOC may be firm fixed price or cost-reimbursement. The North American Industry Classification System (NAICS) Code for this acquisition is 562910 � Environmental Remediation Services; the small business size standard is 750 employees. The DERP projects will include Installation Restoration Program (IRP) activities on active Army, Navy and Air Force installations and on Formerly Used Defense Sites (FUDS). Other services will be related to requirements of the Resource Conservation Act (RCRA), Comprehensive Environmental Response, Compensation and Liability Act (CERCLA), the Environmental Protection Agency (EPA) Emerging Contaminate Program; the National Oil and Hazardous Substances Pollution Contingency Plan (NCP), and Military Munitions Response Program (MMRP). The Contractor shall have the capability and experience to perform or provide a wide range of remedial action services at hazardous waste sites. These efforts may include environmental removal actions, remedial actions, and other remediation activities as well as related activities necessary to ensure complete and successful remediation. Remedial activities may include, but not be limited to, excavation, transportation, and disposal of hazardous, toxic, or low level radiological waste; construction and operation of groundwater treatment plants and extraction systems (pump and treat); perfluorinated alkyl substances (PFAS) treatment systems, military munitions response actions, and demonstration projects (pilot studies); dredging of contaminated sediments; installation and operation of in-situ treatment technologies including but not limited to air sparging, petroleum, oil, and lubricants (POLs), chemical oxidation, bioremediation, ground-water circulating wells, permeable reactive barriers, soil�vapor extraction, and thermal treatment; water line installations/service connections hookups in response to groundwater contamination; and utility line replacement and/or remediation along utility lines; and erosion, sewer, and storm water controls for the purpose of compliance and/or pollution prevention. Supporting activities include, but are not limited to, sampling and laboratory analysis of soil, groundwater, surface water, air, and sediments; monitoring well,�extraction well, and injection well installation, monitoring, and maintenance; supporting facilities for construction; work plan preparation; construction completion reports, as-built drawings, periodic monitoring reports, operation and maintenance/repair of remedial systems; monitoring reports, and other documents as needed; demolition; and public relations activities. Actions may address both regulated and non-regulated toxic substances and emerging contaminants. Contractors awarded a contract under the shared $176,250,000 capacity MATOC are listed below: W9128F21D0006 - HydroGeoLogic, Inc. (0UFZ2) 11107 Sunset Hills Rd., Ste. 400 Reston, VA 20190 W9128F21D0007 - Cape Environmental Management Inc. (0JAF5) 500 Pinnacle Court, Suite 100 Norcross, GA 30071 W9128F21D0008 - Environmental Chemical Corporation (0T0F8) 1240 Bayshore Highway Burlingame, CA 94010 W9128F21D0009 - Bhate Environmental Associates, Inc. (0Xt41) 1608 13th Avenue South, Suite 300 Birmingham, AL 35205 W9128F21D0010 - Bay West-Ahtna JV LLC (89CA8) 5 Empire Drive, St. Paul, MN 55103 W9128F21D0011 - Bristol Environmental Remediation Services, LLC (4KA80) 720 Corporate Circle, Suite D Golden, CO 80401-5626 W9128F21D0012 - KEMRON Environmental Services, Inc. (0GZ69) 1359A Ellsworth Industrial Blvd. Atlanta, GA 30318 W9128F21D0013 - North Wind-CDM JV, LLC (7UFW2) 1425 Higham Street Idaho Falls, ID 83402
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8bc9407f30df4021967f60d4e7bd066d/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05859508-F 20201126/201125053754 (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 |