Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2021 SAM #7069
SOLICITATION NOTICE

F -- Multiple Award Task Order Contract (MATOC) for Environmental Compliance and Hazardous Material/Hazardous Waste

Notice Date
4/7/2021 3:50:40 AM
 
Notice Type
Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
W2SD FEST NAU1 EUROPE APO AE 09096 USA
 
ZIP Code
09096
 
Solicitation Number
W912GB21R0014
 
Response Due
4/13/2021 1:00:00 AM
 
Archive Date
09/20/2021
 
Point of Contact
SFC Eliud Temblador, Chris Brackett
 
E-Mail Address
eliud.temblador@usace.army.mil, christopher.brackett@usace.army.mil
(eliud.temblador@usace.army.mil, christopher.brackett@usace.army.mil)
 
Description
***Amendment 0002 document has been uploaded with revised Performance Work Statement for the Seed task order in Netherlands*** ***AMENDMENT 0001 document has been uploaded. Proposal due date extended. Please see attached SF30**** USACE, Europe District (NAU) is advertising a Multiple Award Task Order Contract (MATOC) for Environmental Compliance and Material/Hazardous Waste. NAU intends�award a minimum of three (3) and maximum of five (5) Firm Fixed Price (FFP) Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for�Environmental Compliance and Hazardous Material/Waste Management Support Services for Army and other Department of Defense (DoD) and Federal Agencies located on DoD and Host Nation (HN) installations or in support of defense operations across European Command (EUCOM), African Command (AFRICOM) Areas of Responsibility (AOR) and Israel, but primarily focused on Western Europe. The contracts will result in Firm-Fixed Priced (FFP) Task Orders (TOs) being issued for a wide range of services but not limited to 1) Compliance Management Efforts which primarily includes efforts such as a) Environmental Management System Compliance, b) Environmental Performance Assessment, and c) Management Plan Updates 2) Hazardous Materials & Hazardous Waste Management, including efforts such as a) Waste Management, b) Hazardous Materials Management System (HMMS) support and c) Hazardous Material Reuse Center Operation or their equivalent. Both U.S. and Host Nation Laws must be considered in performing this work. This Solicitation also includes Scopes and Bid Schedules of two ""Seed"" projects, which will be awarded following the base MATOC contract awards. Please review the Solicitation Documents, specifically Section L, for additional information.� TYPE OF SET-ASIDE: This acquisition will be an unrestricted action under full and open competitive conditions. Small and Small Disadvantaged Business requirements are waived for this project due to its location OCONUS. SELECTION PROCESS: This is a competitive negotiation using the best value tradeoff process resulting in�three - five�Firm Fixed Price contract awards to offerors who demonstrate the best value to the Government, considering all non-price (technical) and price factors. Specific evaluation criteria�provided in the solicitation documents. CONTRACT MAGNITUDE: The term of the resultant contract will be limited to a base period of�three (3) years and�two�(2) one-year option-ordering periods for a total contract performance not to exceed (NTE) five (5) years total. The contemplated contract�s capacity will not exceed $30,000,000.00 for the base and all option-ordering years. FUTURE ANNOUNCEMENTS: The Government will post this solicitation�and all subsequent amendments to the Government-Wide Point of Entry (GPE) Beta.Sam.Gov Web Site http://www.Beta.sam.gov under �Contract Opportunities�. The Federal Business Opportunities (FedBizOpps) Web Site was retired effective November 12, 2019. It is the Offeror�s sole responsibility to obtain this solicitation and any subsequent amendments through this website. Offerors are encouraged to visit this web site and become familiar with its content and functionality prior to the solicitation issue date. Prospective Offerors must provide all information necessary to receive posting notifications. OFFERORS ARE RESPONSIBLE FOR MONITORING THIS WEBSITE FOR CHANGES TO THIS NOTICE AND THE FORMAL SOLICITATION ANNOUNCEMENT. SPECIAL SAM NOTICE: Please take notice that SAM (www.sam.gov) has a new entity registration requirement that firms must submit an ""original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number before the registration will be activated."" This applies to all new entity registrations and all entity registration renewals, effective April 29, 2018. Further information behind this new requirement is posted to the General Services Administration's (GSA) announcement page at https://www.gsa.gov/about-us/organization/federal-acquisition-service/office-of-systems-management/integratedaward-environment-iae/sam-update-updated-july-11-2018. Please also refer to Federal Service Desk's (FSD) instructions on how to comply with this new requirement. Offerors are reminded that this solicitation will include the provision FAR 52.204-7 SAM and FAR 52.212-1 Instructions to Offerors--Commercial Items, and the resulting award will include the clause 52.212-4 Contract Terms and Conditions--Commercial Items. These provisions/clauses require all contractors to register and maintain an active SAM entity registration in order to be eligible for contract awards, as prescribed by the regulation at FAR Subpart 4.11. In order to eligible for the contract award resulting from this solicitation, Offerors are advised to take immediate action to ensure your SAM entity registration is current and/or will be current at the time of proposal receipt by this contracting office. ANTICIPATED SOLICITATION RELEASE DATE AND AWARD DATE: The Government intends to have proposals due on 13 April 2021 and award the contracts by the end of May 2021. Actual dates and times will be identified in the solicitation/amendment documents.� NOTICE TO OFFERORS: The Government reserves the right to cancel the solicitation, either before or after the proposal opening with no obligation to the offeror by the Government. POINT-OF-CONTACT: The USACE NAU Contracting Office will be the sole point-of-contact for this solicitation. The Primary Contracting Point of Contact for this solicitation is Contract Specialist,�SFC Eliud Temblador, Eliud.Temblador@usace.army.mil and Contracting Officer Mr. Christopher Brackett, christopher.brackett@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/14ef0591b3494318be53f7188acf5316/view)
 
Record
SN05964726-F 20210409/210407230112 (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.