Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 27, 2023 SAM #7731
SOLICITATION NOTICE

F -- FY23 Carolina Group OPTIMIZED REMEDIATION CONTRACT

Notice Date
1/25/2023 11:07:46 AM
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
US ARMY ENGINEER DISTRICT SAVANNAH SAVANNAH GA 31401-3604 USA
 
ZIP Code
31401-3604
 
Solicitation Number
W912HN23R1000
 
Response Due
1/31/2023 10:00:00 AM
 
Point of Contact
David A. Jimenez, Phone: 9126525072, Fax: 9126525828, Chad A. Arnett, Phone: 9126525088, Fax: 9126525828
 
E-Mail Address
David.A.Jimenez@usace.army.mil, chad.a.arnett@usace.army.mil
(David.A.Jimenez@usace.army.mil, chad.a.arnett@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
******************************************************* Amendment 001 to the presolicitation synopsis. The soliciation is expected to be available on or about 10 February 2023.�� Questions in response to the synopsis: 1) Sections L&M are critical to planning our proposal response and draft documents would allow contractors time to submit questions that can be addressed prior to final RFP release.� Answer: The Government will not issue a draft RFP; the RFP is anticipated to be issue on or about 10 February 2023 and offerors will have 45 days to submit their proposals. 2) In reviewing the information we notice there are gaps in the available information.� This information is necessary to develop an approach to meet the goals stated in draft PWS.� In addition, this information gives the current contractor (FPM/URS) an advantage in that they have information not available to others. In checking the AR we note the following gaps: FT007:� The most recent available sample data is Jan 2018. Mn04 injections were proposed in Aug 2019 (line 925 in AR List), but there is no documentation that was actually performed or what the results were.� We don�t know the current site status. OT29.� The most recent available sample data is Mar 2015.� Mn04 injections were proposed in Mar 2020, but there are no documentation that was actually performed of what the results were.� We don�t know the current site status. RW502.� The �most recent available sample data is Mar 2015 (we collected).� An OES Plan (FPM 2017) proposed LTM sampling but there are no documentation that was completed or what the results were.� We do not know the current site status. SA501.� The most recent available sample data is July 2019.� Mn04 injections were planned for August 2020.� However, do not have any documentation that these was completed or what the results were.� We do not know the current site status. SS009: �The most recent available sample data is October 2019.� Again Mn04 injections were proposed but we don�t know if they were done or what site status is. SS033:� The most recent available sample data is April 2015 (we did).� A LTM program was proposed in the RACR (BW 2015) but there is no documentation if that was ever implemented.� We do not know the current site status. NAAF is �Final Site Inspection (SI) Report for Former Surface Debris Areas No. 1, 2, 3, and 4 and the Former POL Tank Storage Area at North Auxiliary Air Field (NAAF)� which has a review document for SC DHEC on the AR but not the document itself. Answer: The United States Airforce is currently updating the Administrative Record (AR) to address the above gaps.� ******************************************************* This pre-solicitation synopsis is for Carolina Group Optimized Remediation Contract (ORC). This acquisition is being offered as a 100% Small Business set-aside and will result in a Firm Fixed Price Contract Award.� Description of Work. This requirement is for environmental remediation activities at Joint Base Charleston-Air (JBCA), Joint Base Charleston-Weapons (JBCW), and North Auxiliary Airfield (NAAF), in South Carolina (SC); and Seymour Johnson Air Force Base (SJAFB), in North Carolina (NC).� This Performance Work Statement (PWS) defines the scope of environmental services necessary to conduct site restoration under the Optimized Remediation Contract (ORC).� The range of activities includes maintenance of established remedies, optimization at applicable sites, and achievement of site-specific objectives.� The Contractor shall undertake Environmental Remediation activities to achieve Performance Objectives (POs) at fifty-four (54) Installation Restoration Program (IRP) sites and eleven (11) Military Munitions Response Program (MMRP) sites. Period of Performance: Ten (10) years. Evaluation Criteria: This requirement will be solicited and procured using FAR Part 15, best value trade-off with the following evaluation criteria: Factor 1: Technical Approach. This is the most important factor. Factor 2: Past Performance. This factor is less important than factor 1 but more important than factor 3. Factor 3: Price. All nonprice factors (factors 1 and 2), when combined, are significantly more important than factor 3. Note: This solicitation will be issued in electronic format only and is anticipated to be available on or about 31 January 2023.� Please note that the proposal due date will be specified in the solicitation when issued.� No additional media (CD-ROM, floppy disk, faxes, etc�) will be provided.� Any prospective offeror must register in the System for Award Management (SAM) at https://sam.gov. After completing SAM registration, interested Contractors and their subcontractors must then register at https://sam.gov in order to obtain solicitation documents, plans and specifications and other solicitation documents for this requirement.� Contractors that have an existing account should be able to use their existing login to search for the solicitation number once it is released https://sam.gov.� Proposals shall be submitted electronically via Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by the due date and time for submission of proposals. NOTE: The only authorized transmission method for proposals in response to this solicitation is PIEE solicitation module. NO OTHER TRANSMISSION METHODS (EMAIL, FACSIMILE, REGULAR MAIL, HAND CARRIED, ETC. To submit an electronic proposal through the PIEE Solicitation Module website, Offerors shall follow the following steps: a. Step 1: Complete vendor registration on https://piee.eb.mil/. Instructions for registration can be found through: https://www.acq.osd.mil/asda/dpc/ce/cap/docs/piee/PIEE_Solicitation_Module_Vendor_Access_Instructions.pdf b. Step 2: Upload offer in the Solicitation Module through https://piee.eb.mil/. Instructions for uploading an offer can be found through: https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml Note: Only those with a PIEE vendor registration as �Proposal Manager� may upload an offer. c. FILE DESCRIPTION: Include a ""File Description"" for each file(s) you upload. The ""File Description"" will be included in the email notice to each of the recipients you choose to access your file(s). Do not enter Privacy Act Data (Personal Identification Information (PII) in the File Description). File description should be provided in the following format: Solicitation Number_Offerors Company_Volume (e.g. W912HN23R1000_CompanyXYZ_Volume_I.pdf; W912HN23R1000_CompanyXYZ_Volume_II.pdf; etc.) d. Offerors are cautioned to log into PIEE Solicitation Module with sufficient time to ensure the electronic proposal package is completely uploaded and time-stamped in the system prior to the date and time specified for receipt of proposals. It is the responsibility of the Offeror to ensure their proposal is received by the date and time for submission of proposals. e. It is the responsibility of the Prospective Offeror to promptly notify the Contract Specialist, David A. Jimenez at david.a.jimenez@usace.army.mil and the Contracting Officer, Chad A. Arnett at chad.a.arnett@usace.army.mil if there are any issues with submitting proposals through PIEE Solicitation Module. f. The Government will not be responsible for proposals delivered to any location or to anyone other than those designated to receive proposals on its behalf. Offerors are responsible for ensuring that proposals are submitted so as to reach the designated recipient of proposals. Offerors are responsible for allowing sufficient time for the proposal to be received in accordance with the instructions provided. It is the Offeror�s responsibility to check the internet address provided as necessary for any amendments that may be posted to this solicitation.� Paper copies of this solicitation will not be available.� Other methods of requesting a package will not be honored. Contractual questions should be forwarded to the contract specialist, Mr. David A. Jimenez at david.a.jimenez@usace.army.mil or to the attention of the Contracting Officer, Mr. Chad A. Arnett at chad.a..arnett@usace.army.mil. Attachments: 1. Performance Work Statement (with Attachements 1 through 2).� 2. CLIN Structure
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f5c124155c6b4c48ba37db9bdb736b54/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06572836-F 20230127/230125230106 (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.