Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 04, 2023 SAM #7828
SOLICITATION NOTICE

F -- Operational Range Assessment Program/Military Munitions Response Program-Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC)

Notice Date
5/2/2023 10:52:53 AM
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
US ARMY ENGINEER DISTRICT SACRAMENT SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Solicitation Number
W9123823R0005
 
Response Due
5/17/2023 4:00:00 PM
 
Point of Contact
Natalia Gomez, Michelle Spence
 
E-Mail Address
natalia.gomez@usace.army.mil, michelle.a.spence@usace.army.mil
(natalia.gomez@usace.army.mil, michelle.a.spence@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Operational Range Assessment Program (ORAP)/Military Munitions Response Program (MMRP) The Government anticipates issuing a Request for Proposal (RFP) with the intent of awarding up to five (5) Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC). Project Description: This requirement is to provide Operational Range Assessment Program/Military Munitions Response Program support work for the U.S. Army Corps of Engineers, South Pacific Division (SPD) and Sacramento District (SPK) customers including but not limited to, Operational Range Assessment Program (ORAP) Department of Defense Environmental Restoration Program (DERP); Formerly Used Defense Sites (FUDS); Military Munitions Response Program (MMRP) for various Department of Defense (DoD) customers; DoD Environmental Compliance Program, Environmental Support for Others (ESFO) Program; support to the Environmental Protection Agency (EPA) including Superfund and Brownfield Programs; Formerly Utilized Sites Remedial Action Program (FUSRAP); environmental cleanup for various military and Interagency and International Support (IIS) customers; environmental stewardship, and other environmental related regulatory programs. This work will be accomplished with individual task orders against the MATOC, as allowed by DFARS 217.204(e)(i). The MATOC IDIQ ceiling is estimated at $49,900,000.� This prospective contract action will be conducted using NAICS Code 562910 (Remediation Services). The size standard is 1,000 Employees.� Product Service Code is F999 (Other Environmental Services). The solicitation will proceed as a Total Small Business set-aside acquisition and is estimated to be issued on or about 22 May 2023, with offers due tentatively on 6 July 2023.� The RFP will be issued on the Government Point of Entry known as Procurement Integrated Enterprise Environment (PIEE) transmitted to SAM.gov. This is not an official solicitation notice it is a pre-solicitation notice.� Following solicitation release, all responsible sources may submit an offer that shall be considered by the agency. The anticipated solicitation may be changed, delayed, or canceled at any time. **Note**:� All prospective contractors and their subcontractors and suppliers must be registered in SAM.gov before they will be allowed to download solicitation information.� Contractors must be registered in the System for Award Management (SAM) at https://sam.gov/content/home prior to award of this contract.� Solicitation documents and specifications will only be available via the PIEE website https://piee.eb.mil OR https://wawf.eb.mil OR https://piee.eb.mil/xhtml/unauth/home/login.xhtml.� See attachments PIEE Solicitation Module Vendor Registration Guide and PIEE Proposal Manager for instructions on getting access and PIEE Solicitation Module - Submitting your offer for instructions on how to submit your offer. If you are not registered, the United States Government is not responsible for providing you with notifications of any changes to this solicitation.� The solicitation will be available only as a direct download.� Registration should be completed one week prior to the issue date.� It is therefore the Contractor�s responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation.� The specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto.� NOTE:� The solicitation will be in .pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a4464d37e68e470a82bca147aa9fb7a2/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06668504-F 20230504/230502230112 (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.