Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2021 SAM #7084
SOLICITATION NOTICE

F -- (Amendment No. 0001) MULTIPLE ENVIRONMENTAL GOVERNMENT ACQUISITION (MEGA) MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) FOR ENVIRONMENTAL REMEDIATION SERVICES (ERS) IN SUPPORT OF THE U. S. ARMY CORPS OF ENGINEERS (USACE) SOUTH PACIFIC DIVISION

Notice Date
4/22/2021 2:41:04 PM
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
W075 ENDIST ALBUQUERQUE ALBUQUERQUE NM 87109-3435 USA
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP21R0008
 
Archive Date
05/27/2021
 
Point of Contact
Diana Keeran, Phone: 5053423263
 
E-Mail Address
diana.m.keeran@usace.army.mil
(diana.m.keeran@usace.army.mil)
 
Description
MULTIPLE ENVIRONMENTAL GOVERNMENT ACQUISITION (MEGA) MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) FOR ENVIRONMENTAL REMEDIATION SERVICES (ERS) IN SUPPORT OF THE U. S. ARMY CORPS OF ENGINEERS (USACE) SOUTH PACIFIC DIVISION ��� W912PP21R0008 As part of the MEGA Strategy set forth and approved by the Defense Procurement and Acquisition Policy, the USACE, Albuquerque District (SPA) has been tasked to contract for ERS to provide support for projects in the Formerly Used Defense Site (FUDS) Program and other environmental programs within the geographic boundaries of USACE South Pacific Division (SPD), projects assigned to SPD, and their partners/customers. A regional Multiple Award Task Order Contract (MATOC) in support of the USACE MEGA utilizing performance-based task orders will be awarded. The Indefinite Delivery Contracts (IDCs) awarded under this MATOC will include firm-fixed-price (FFP) task orders for the control and remediation of environmental contamination from pollutants, toxic substances, radioactive materials, and hazardous materials, Munitions and Explosives of Concern (MEC), and Munitions Constituents (MC). Task orders may include a wide range of environmental services at various known or suspected Military Munitions Response Program (MMRP) sites and Hazardous, Toxic, and Radioactive Waste (HTRW) sites, and may include multiple sites. Task orders will require services in accordance with the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA); Resource Conservation and Recovery Act (RCRA); National Oil Hazardous Substances Pollution Contingency Plan (NCP); National Pollutant Discharge Elimination System (NPDES); MMRP; and other related Federal Programs, in addition to State and local regulations. Activities to be performed under this contract may include, but are not limited to, preparation of work plans; studies with associated reports; multiple phases of field investigations; preliminary assessments (PA); site inspections (SI) and remedial site inspections; remedial investigations (RI); feasibility studies (FS); Engineering Evaluation/Cost Analysis (EE/CA); and other planning documents, monitoring well installation and sampling; short and long term monitoring/long term operations (LTM/LTO) or Long Term Response Action (LTRA); data management; data interpretation; engineering evaluation and corrective actions; optimization studies; groundwater modeling; geophysical surveys; remediation cost estimates; management of non-hazardous and hazardous investigative derived waste (IDW); environmental and human health risk assessments; risk based remediation; air emission issues including vapor intrusion; surface water discharge, applying for environmental permits, remedial design; well abandonment; meetings; public meeting participation; preparation of presentation material both written and visual; hydrological, sediment and soil studies; project reports; engineering support; value engineering studies; operations and maintenance (O&M) for HTRW and MMRP sites; energy evaluations for remediation systems; remedial action plans; remedial actions; removal action plans; removal actions; construction support; range clearance activities; site closeout/decision documents; abandoned mines program support; and future project programming and scheduling support. Remedial action activities could include, but are not limited to the following:� air sparging; soil vapor extraction; bioremediation including explosive media; asbestos and lead-based paint remediation; radon abatement; landfill capping and collection systems; building remediation and demolition; sediment remediation; air discharge systems; groundwater extraction and injection systems, air stripping; carbon absorption; groundwater treatment systems; incineration of soils; low-temperature thermal desorption; mixed waste disposal; solidification of contaminated matter; soil washing; detection, recovery, and disposal of MEC or any in-situ or on-site treatment methods. Incidental construction may also be necessary when it is not severable from the ERS work. Remedial actions may address both regulated and non-regulated toxic substances. All work will be performed in accordance with all applicable rules, regulations, publications, manuals, and guidelines. Wage Determinations will be incorporated with each task order, if required. This will be a performance-based procurement. Scope specifics will be defined/detailed and monitored under each task order.� The proposed procurement will be competed using a Best Value Trade-off source selection process in accordance with FAR 15, on an Unrestricted basis with intent to award a target of five IDCs with a minimum of three set aside to Small Business. If the Contracting Officer determines during the source selection process that fewer or more than that number of contracts should be awarded, based upon evaluation and selection criteria, the Contracting Officer has the discretion of adjusting that number or awarding none at all. The applicable North American Industrial Classification System (NAICS) Code is 562910 with an associated Small Business Size Standard, as established by the U.S. Small Business Administration, of 750 Employees. A maximum capacity of $50,000,000.00 will be shared. Contracts will have a base period of three years and one two-year option period. The solicitation will be issued on or about 26 March 2021, with proposals due on or about 27 May 2021. Offerors are advised that this requirement may be delayed, canceled, or revised at any time during the solicitation, or final award process, and is subject to the availability of funds. The solicitation will be advertised as a Request for Proposal via Internet only, as well as any issued amendments after solicitation issuance. It is the contractors' responsibility to check the above listed internet address daily for any posted changes to the solicitation. Any amendments issued to the solicitation must be acknowledged by potential offerors. No corrections and/or changes to proposals will be allowed after the proposal submittal due date and time. Competitive proposals will be evaluated based on the evaluation criteria set forth in the solicitation package. Evaluation by the Government will result in selection of a firm(s) that represents the best value to the Government. Questions of a technical nature regarding this synopsis should be addressed to Alan Soicher at (505) 342-3162 or e-mail at: Alan.J.Soicher@usace.army.mil.� OFFERORS MUST BE REGISTERED with System for Award Management (SAM), in order to receive a Government Contract award.� To register, the SAM Internet address is: https://beta.sam.gov. �� This solicitation will be issued under W912PP21R0008.� For security reasons, all technical data related to this solicitation will be distributed under Contract Opportunities at https://beta.sam.gov.� The beta.SAM.gov site is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies.� Interested offerors must register for an account or they will not be able to download information from the site.� Further information and instructions can be found on the website under Learning Center. Contractors registered with the site may view and/or download this solicitation and all amendments from the Internet.� Again, offerors are advised that this requirement may be delayed, cancelled, or revised at any time during the solicitation, or final award process, and is subject to the availability of funds. General questions about this procurement should be directed to Diana Keeran via email at Diana M. Keeran@usace.army.mil. Once the solicitation is issued, all technical questions shall be submitted via ProjNet/Bidder's Inquiry System; additional information about the use of the ProjNet website will be included in the solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b6106f03f3694a22b16e41a179e7770c/view)
 
Record
SN05980200-F 20210424/210422230113 (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.