Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 23, 2021 SAM #7266
SOLICITATION NOTICE

F -- Fence to Fence (F2F) Environmental Services at Joint Base McGuire-Dix-Lakehurst, NJ; Hanscom Air Force Base (AFB), MA; New Boston AFS, NH; and Rome Labs, NY

Notice Date
10/21/2021 11:49:55 AM
 
Notice Type
Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
W912DR21R0042
 
Response Due
11/3/2021 11:00:00 AM
 
Archive Date
11/18/2021
 
Point of Contact
Aaron Jones, Phone: 4109620674, Nicole Brookes, Phone: 4109622935
 
E-Mail Address
Aaron.G.Jones@usace.army.mil, nicole.c.brookes@usace.army.mil
(Aaron.G.Jones@usace.army.mil, nicole.c.brookes@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The U. S. Army Corps of Engineers, Baltimore District is hereby soliciting proposals for an Environmental Services contract to support the Air Force (AF) at Joint Base McGuire-Dix-Lakehurst, NJ; Hanscom AFB, MA; New Boston AFS, NH; and Rome Labs, NY. Services encompasses the full range of methods, technologies, and supporting activities necessary to conduct environmental operations and services efforts to address Fence to Fence (F2F) compliance needs.� Each installation requires support in one or more of the following programs: Hazardous Waste (HW), Hazardous Material Management, Environmental Sampling and Analysis, Air Quality, Wastewater and Stormwater, Drinking Water, Natural Resources Management, Cultural Resources Management, Solid Waste Management, Pollution Prevention, Petroleum Oil and Lubricants Management, Storage Tank Environmental Compliance and Toxic Substances Control Act (TSCA), as needed/regulated by state or region. �Contractor experience and knowledge with the numerous federal and state regulatory requirements associated with each program (HW, Solid Waste, Air Quality, etc) is critical to success. The period of performance for this contract will be five (5) years (base plus four option years). This is a standalone, firm fixed priced services contract. This procurement is being solicited as a total small business set-aside. The NAICS code for this requirement is NAICS Code 562910 � Environmental Remediation Services, with a small business size standard of 750 Employees. There will be four virtual site visits for this requirement. Details regarding the virtual site visits including dates, times, access, and RSVP requirements can be found on Solicitation page 2. Proposals will be evaluated using best value trade-off source selection procedures. Detailed proposal requirements and instructions, as well as evaluation methodology is included in the solicitation. Warning:�The official media for distribution of this Solicitation�Notice is Contract Opportunities website, SAM.gov. It is the responsibility of the interested vendor(s) to register in Sam.gov and monitor the notice for any changes. Only electronic proposals will be accepted. See proposal for detailed electronic proposal submission instructions. All contractors are required to be registered in the DOD System for Award Management by award (SAM) before award as required by FARS 4.605. This office will not accept any telephonic, written, or faxed requests for a copy of the solicitation. All Requests for Information shall be submitted via ProjNet no later than 11:00 AM Eastern Time on 13 October 2021. Questions received after that date may not be acknowledged. Questions about the Use of ProjNet and or DoD SAFE Site can be sent to the Contract Specialist, Aaron Jones, at aaron.g.jones@usace.army.mil and Contracting Officer, Nicole Brookes, at nicole.c.brookes@usace.army.mil.�Include the solicitation number in the email subject line.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/acbec29073f64b3691afd2808917cc1f/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06161988-F 20211023/211021230120 (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.