Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 13, 2023 SAM #7898
SPECIAL NOTICE

F -- F--VA-ECB-CERCLA PM SUPPORT-SDBNWR

Notice Date
7/11/2023 12:43:38 PM
 
Notice Type
Special Notice
 
NAICS
562910 — Remediation Services
 
Contracting Office
FWS SAT TEAM 3 Falls Church VA 22041 USA
 
ZIP Code
22041
 
Solicitation Number
DOIFFBO230124
 
Response Due
7/20/2023 2:00:00 PM
 
Archive Date
08/04/2023
 
Point of Contact
Rose, Keith, Phone: 612-713-5423
 
E-Mail Address
keith_rose@fws.gov
(keith_rose@fws.gov)
 
Description
Description: NOTICE OF INTENT TO AWARD SOLE SOURCE FOR FWS ENVIRONMENTAL COMPLIANCE BRANCH for CERCLA Project Management support for sites/units within San Diego Bay NWR Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) actions TO BRICE ENGINEERING. THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. U.S. Fish and Wildlife Service, Joint Administrative Operations, Acquisition & Property Operations intends to award a firm fixed price sole source contract under the authority of: FAR 6.302-1 only one responsible source To BRICE ENGINEERING, LLC 3700 CENTERPOINT DRIVE SUITE 8223 ANCHORAGE, AK 99503-5800 The North American Industry Classification System (NAICS) code for this requirement is 562910 Remediation Services, $25.00 Million. The object of this sole source award to BRICE ENGINEERING, LLC for provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform CERCLA Project Management as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor (CERCLA Project Manager) shall perform 32 hours per week to the standards in this contract. This synopsis does not constitute a solicitation; however, if any interested party believes they can meet the above requirement, it may submit a statement of capabilities. The statement of capabilities must be submitted in writing and must contain clear and convincing evidence that competition of this requirement would be advantageous to the Government. If parties choose to respond, any cost associated with preparation and submission of data or any other cost incurred in response to this announcement are the sole responsibility of the respondent and will not be reimbursed by the Government. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: keith_rose@fws.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/caa6a1e7177c4b6f8c93aa7e623ae0e4/view)
 
Record
SN06743287-F 20230713/230711230047 (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.