Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2021 SAM #7028
MODIFICATION

F -- Small Business Environmental Remediation Services Multiple Award Task Order Contract

Notice Date
2/23/2021 8:55:11 AM
 
Notice Type
Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
W071 ENDIST KANSAS CITY KANSAS CITY MO 64106-2896 USA
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ21R3003
 
Response Due
3/25/2021 2:30:00 PM
 
Archive Date
04/09/2021
 
Point of Contact
Brian H Winters, Phone: 8163892314, Joan E Clarkston, Phone: 8163893593
 
E-Mail Address
brian.h.winters@usace.army.mil, joan.e.clarkston@usace.army.mil
(brian.h.winters@usace.army.mil, joan.e.clarkston@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is the solicitation�for an Indefinite Delivery / Indefinite Quantity (ID/IQ) Multiple Award Task Order Contract (MATOC) for Environmental Remediation Services (ERS).� The contract is part of the U.S. Army Corps of Engineers (USACE), Multiple Environmental Government Acquisition (MEGA) Strategy.� This performance-based Indefinite Delivery/Indefinite Quantity (ID/IQ) Multiple Award Task Order Contract (MATOC) for Environmental Remediation Services (ERS). This ERS will support work assigned to the U.S. Army Corps of Engineers (USACE) Northwestern Division and the U.S. Environmental Protection Agency (EPA) Region 2, for hazardous, toxic and radioactive waste (HTRW) remediation projects for both civilian and military agencies of the Federal Government. This contract for environmental response actions will include service and construction activities mandated by the Defense Environmental Restoration Program (DERP), Superfund, environmental compliance and pollution prevention projects under the Department of Defense (DOD) Environmental Quality Program, Brownfields, Formerly Utilized Sites Remedial Action Program (FUSRAP), environmental cleanup activities under the Base Realignment and Closure (BRAC) Program, Department of Homeland Security (DHS) and the Federal Emergency Management Agency (FEMA), and other environmental and homeland security laws and regulations requiring support activities for military installations, Corps' civil works projects, and work for other federal agencies. The DERP projects will include Installation Restoration Program (IRP) activities on active Army and Air Force installations and on Formerly Used Defense Sites (FUDS). It is anticipated that majority of the work will be conducted within EPA Region 2 boundaries with some work in the USACE Northwestern Division boundaries. Performance will include a wide range of environmental remedial services at hazardous and radiological waste sites. It is anticipated that the majority of the task orders will be providing services and related construction to meet the requirements of the Resource Conservation and Recovery Act (RCRA), the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA), the National Oil and Hazardous Substances Pollution Contingency Plan (NCP), the Clean Water Act, the Clean Air Act, and other related Federal Programs in addition to State/Local specific regulations/requirements dealing with hazardous waste management/disposal, radioactive waste/mixed waste management/disposal, and with Underground Storage Tanks, and other fuels-related issues. Remedial actions may address both regulated and non- regulated toxic substances. These efforts may include investigation and field studies (both on-site and off-site) work, environmental removal actions, remedial actions, and other remediation activities as well as related activities necessary to complete a successful remediation, conduct long-term response actions (LTRA), or long-term monitoring (LTM). Construction efforts necessary to implement environmental remediation services shall be included in this effort.� Architect-Engineer services under FAR Subpart 36.6 will not be performed under the contract. The solicitation is�for the award of a MATOC with a target of five (5) awardees; however, the Government has a right to select more or less than 5 awardees or none at all.� The maximum value for all orders issued against the contract is $60 million.� Orders will be firm fixed price. The solicitation will be set aside for Small Business concerns and will utilize source selection procedures described in Federal Acquisition Regulation (FAR) Subpart 15.3. To be eligible for award, offerors must be registered in the System for Award Management (SAM) at www.sam.gov under North American Industry Classification System (NAICS) Code 562910 (750 employee size standard) for Environmental Remediation Services. There are no drawings associated with the solicitation. Copies of the solicitation and amendments thereto will be available by INTERNET ACCESS ONLY at the Governmentwide point of entry, https://beta.sam.gov (this website has officially replaced FBO.gov). This notice does not constitute a commitment on the part of the Government to award a contract, nor to pay for any costs incurred as a result in replying to this notice. This notice should not be construed as a commitment by the Government for any purpose.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b2d59bf22f1641c9969588133223f3e9/view)
 
Record
SN05923779-F 20210225/210223230109 (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  © 1994-2020, Loren Data Corp.