|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 21,1999 PSA#2266U.S. Army Corps of Engineers, 600 M.L. King, Jr. Pl., Rm 821,
Louisville, KY 40202-2230 F -- PRE-PLACED REMEDIAL ACTION CONTRACT PRIMARILY FOR THE LOUISVILLE
DISTRICT MISSION AND BUFFALO DISTRICT MISSION BUT CAN INCLUDE MISSIONS
WITHIN AND OUTSIDE THE GREAT LAKES AND OHIO RIVER DIVISION BOUNDARIES
SOL DACA27-99-R-0007 POC Contract Specialist, Denise Bush (502)
625-7528, Technical Contact, Gary Meden (502) 582-6013 CONTRACT
INFORMATION: The Government intends to procure two 8A set-aside
Indefinite Delivery/Indefinite quantity, Cost Reimbursement, Pre-placed
Remedial Action Contracts (PRAC), for Environmental Support Services.
One contract will be awarded by the Louisville District primarily for
the Louisville District mission but can include missions within and
outside the Great Lakes and Ohio River Division Boundaries and one
contract will be awarded by Buffalo District primarily for the Buffalo
District mission but can include missions within and outside the Great
Lakes and Ohio River Division Boundaries. The maximum amount of each
contract is $15 million. The contract period is a two year base period
with a three year option, if exercised, for a maximum 5 year period.
The SIC Code is 8744 with a size standard of 500 employees. THIS IS THE
SECOND PHASE (PHASE II -- SOLICITATION) OF A MULTI-PHASE PROCESS. At
the discretion of the Government, a third phase (Phase III -- Oral
Presentations) may be incorporated. PROJECT INFORMTION: The type of
work to be done could include, but is not limited to, soil remediation;
sampling and analyzing the contents of a variety of tanks, drums and
transformers; removing tanks, drums, transformers and their contents;
disposal of tanks, drums and transformers; emergency spill containment
structures or other facilities incidental to the work; sampling and
testing of water and soil samples; installing monitoring wells; well
abandonment; constructing caps, slurry walls and grout curtains;
removing unsafe buildings, or portions of buildings, with and without
asbestos; installing soil venting systems, groundwater treatment
systems, and thermal extraction systems; incinerating a variety of
types of contaminated materials; removing, treating and disposing of
wastes from ordnance, explosives and/or radiation; ordnance
identification and avoidance; remediation/removal of low level
radioactive waste; installing new tanks and new water supply systems;
short term operation and maintenance of facilities, and the planning of
work efforts required; preparation of completion reports and as-built
drawings. SELECTION CRITERIA: The selection criteria is listed in
Section L of the solicitation package. Phase II proposals shall be
submitted in five sections: Vol I -- Business/Management/Technical, Vol
II -- Past performance and Experience, Vol III -- Operational
Management Plan, Vol IV -- Acquisition Management Plan, and Vol V --
Cost. Proposals shall be evaluated in accordance with Section M of the
solicitation package. Solicitation packages will be available on CDROM
and the Louisville District Home Page at http://www.orl.usace.army.mil/
and go to "Contracting". CDROM solicitation packages are limited to one
per company. Telephone requests will not be accepted. You can provide
a written request to CELRL-CT-Denise Bush or email your request to
Denise.A.Bush@LRL02.usace.army.mil or fax your request to 502-582-5266.
Posted 01/19/99 (W-SN289163). (0019) Loren Data Corp. http://www.ld.com (SYN# 0045 19990121\F-0004.SOL)
F - Natural Resources and Conservation Services Index Page
|
|