Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 21, 2023 SAM #7815
SOLICITATION NOTICE

F -- Environmental Remediation (ERMA23 IDIQ RFP)

Notice Date
4/19/2023 11:44:32 AM
 
Notice Type
Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
W6QM MICC-FDO FT SAM HOUSTON FORT SAM HOUSTON TX 78234-1361 USA
 
ZIP Code
78234-1361
 
Solicitation Number
W9124J-22-R-0005
 
Response Due
5/31/2023 11:00:00 AM
 
Archive Date
12/31/2023
 
Point of Contact
Richard Stohr, Sylvia Farmer
 
E-Mail Address
richard.j.stohr2.civ@army.mil, sylvia.farmer.civ@army.mil
(richard.j.stohr2.civ@army.mil, sylvia.farmer.civ@army.mil)
 
Description
Description: The United States Army Environmental Command (USAEC) has a need to re-procure a performance-based Multiple Award Indefinite Delivery/Indefinite Quantity (MAIDIQ) contract which shall consist of a small business (SB) suite and an unrestricted business (UB) suite to provide a broad-spectrum of environmental remediation services at various Installations/locations throughout the contiguous United States (CONUS) to include Puerto Rico, Hawaii, Alaska and United States (U.S.) territories. The anticipated work will include a wide range of evaluation, investigation, and other remediation services required for sites involving hazardous/toxic waste. The work to be performed includes munitions response activities that may involve the remediation and the disposition of munitions and explosives of concern (MEC), which includes unexploded ordnance (UXO), discarded military munitions (DMM), and munitions constituents (MC). In addition, the contractor shall perform Operational Range Assessments (ORA) on operations ranges to provide information on potential migration of munitions constituents of concern (MCOC) of operational ranges (necessary to support continuity of training and testing). The work shall not include chemical warfare material (CWM) work; however, the contractor shall be familiar with and be able to recognize CWM to be able to stop work and notify the Army of these potential hazards 1. Proposal Submission Instructions. Proposals shall be submitted electronically via email to the Contract Specialist, Mr. Richard J. Stohr, richard.j.stohr2.civ@army.mil and Contracting Officer, Ms. Sylvia Farmer, sylvia.farmer.civ@army.mil and are due no later than the time and date specified in Block 8 on the standard form (SF) 1449. In accordance with (IAW) Federal Acquisition Regulation (FAR) 52.212-1(f), offerors are responsible for submitting proposals, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation, which is designated above as the Contract Specialist�s email inbox, richard.j.stohr2.civ@army.mil and Contracting Officer, Ms. Sylvia Farmer, sylvia.farmer.civ@army.mil, by the time and date specified in Block 8 on the SF1449. Any proposal, modification, revision, or withdrawal of a proposal received in the Contract Specialist�s email inbox, richard.j.stohr2.civ@army.mil and Contracting Officer, Ms. Sylvia Farmer, sylvia.farmer.civ@army.mil, after the exact time specified for receipt of proposals is ""late"" (See FAR 52.212-1(f)(2) for further information regarding late proposals). Offer, as the term is used here, means ALL volumes and/or parts of the Request for Proposal (RFP). Large files may need to be submitted through multiple emails. The maximum email size limit is 25MB; however, Offerors are cautioned that this number may be lower than 25MB. Accordingly, offerors are advised to transmit their proposals sufficiently in advance of the due date to allow for timely receipt by the Government. Offerors are hereby notified that the Government will not reimburse costs incurred for proposal preparation., 2. Deadline for Questions. ALL questions in response to the RFP must be submitted no later than 17 MAY 2023 1400CDT, via email to richard.j.stohr2.civ@army.mil and Contracting Officer, Ms. Sylvia Farmer, sylvia.farmer.civ@army.mil. The point of contact responsible for answering all inquiries and providing additional information is the Contracting Officer (KO) via the Contract Specialist (KS). The KO for this acquisition will be Ms. Sylvia Farmer. Questions shall be submitted in MS Word, utilizing the Q&A RFP template (Attachment 8) as an unprotected copy. When submitting questions, please reference �ERMA23 Questions, Company�s Name, W9124J-22-R-0005� in the subject line of the email. 3. Site Visit: The Government will hold a two (2) day site visit for both sample task orders (UB Suite/Fort Carson and SB Suite/Fort Irwin). The two (2) day site visit for the UB Suite/Fort Carson will be held on 3rd and 4th of May 2023 (see attachments 10a & 10b for Carson site visit details). The two (2) day site visit for the SB Suite/Fort Irwin will be held on the 10th and 11th of May 2023 (see attachments 11a & 11b for Irwin site visit details). Offerors may raise technical questions they may have about the required effort during the site tour. Offerors may not rely on verbal responses to questions but must submit all questions in writing. Material issues raised concerning the required effort that result in changes to the RFP will be resolved through written Amendments. Oral statements or instructions shall not constitute an amendment to the RFP. 4. Fort Carson and For Irwin Site Information. Government Furnish Information (GFI) pertaining to Fort Carson and Fort Irwin sites will be mailed to the offerors in a CD due to the size of these files thus please submit a valid and current shipping address to richard.j.stohr2.civ@army.mil as soon as possible but no later than five days after release of the RFP. It is best to have this information prior to the site visit. SEE ATTACHED DOCUMENTS FOR FURTHER DETAILS
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d18f61233aab4ee7a2e12e7a9e9503ad/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06655414-F 20230421/230419230112 (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.