|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 17,2000 PSA#2580USAED, Kansas City, 757 Federal Building, 601 E 12th Street, Kansas
City, MO 64106-2896 F -- LONG TERM OPERATION AND MAINTENANCE RESPONSE ACTION CONTRACTS FOR
WORK ASSIGNED TO THE NORTHWESTERN DIVISION OF THE CORPS OF ENGINEERS
AND EPA REGION II, 8(A) SET ASIDE SOL DACW41-00-R-0012 DUE 061500 POC
Contract Specialist Trisha van Bleisem 816-983-3823 E-MAIL: Trisha van
Bleisem, Contract Specialist, Contracting,
patricia.a.vanbleisem@nwk02.usace.army.mil. The Government will award
at least two (2), but not more than three (3), three (3) year base
multiple award indefinite-delivery type contracts pursuant to FAR 19.8
to 8(a) contractors under the Small Business Administration's 8(a)
Program. The Joint Total Acquisition Value contracts awarded under this
solicitation may not exceed $25,000,000. The base period guaranteed
minimum will be 2% of the stated maximum or $500,000, whichever is
less. The option period guaranteed minimum will be 1% of the remaining
contract capacity or $250,000, whichever is less, if the option is
exercised. The maximum individual total contract value for each
contract is limited to the $25M cumulative value of all contracts
awarded under this solicitation. After the guaranteed minimum amounts
are awarded, then all contractors will share in the remaining future
task order awards up to the cumulative contract amount of $25,000,000.
However, the contractors will not necessarily be awarded equal amounts
of the cumulative contract amount. Any additional task orders will be
awarded based on the subjective determination of the Contracting
Officer. Pre-determined selection criteria, such as competition based
on price and past performance will be used in issuing Task Orders and
provide the contractors a fair opportunity to be considered for each
task order. Such subjective determination will consider the
contractor's past performance of cost, technical and schedule
management and any other factors that the Contracting Officer believes
relevant to the award of each new task order. Contracts will include
Cost-Reimbursement and/or Firm Fixed-Price task orders. Contracts will
be Indefinite Delivery/Indefinite Quantity (ID/IQ), and will be issued
for a base period of three years. There will be one (1) two-year option
period, if exercised. There is no annual limit and no task order limit
other than the maximum joint total acquisition value. The contracts to
be awarded may require personnel, plant and equipment to operate and
maintain groundwater, surface water and leachate facilities, provide
routine maintenance and incidental construction support to the
facilities, project planning, preparation of work plans, project plans,
health and safety plans, quality assurance project plan, response
action systems start-up and shut-down support, transition of the
facility to other parties for operation and maintenance, preparation of
an Operation and Maintenance Manual, sampling, analysis, validation,
and evaluation of confirmatory environmental sampling data, site
security and boundary control, disposal of facility wastes, maintenance
of the site grounds, disposal of investigation-derived wastes,
evaluation of facility performance and recommendation for optimization,
decommissioning of wells, installation of additional monitoring wells,
installation of fencing, and providing and posting of warning signs,
five-year review support of response actions state reports and
technical reports, public education, and information support. The
specified tasks may require the use of analog, digital or cellular
technology, establishment of personal computer based relational
databases; dedicated remote sensing; measuring and transmitting
capability; application of global positioning and geographic
information; and the use of internet for dissemination of digital
information. The selected firms will provide support at various
CERCLA/SARA (Superfund) sites managed by the Federal Government in EPA
Region II (New York, New Jersey, the commonwealth of Puerto Rico, the
United States Virgin Islands and Native American Tribes or Nations
located in these jurisdictions) and the Corps of Engineers Northwestern
Division. Projects may be civil or military in nature. Evaluation and
award will be based on the evaluation criteria stated in the request
for proposal (RFP) with experience in the operation and maintenance of
groundwater, surface water, and leachate treatment facilities as a key
factor. No pre-proposal conference is planned. The Request for Proposal
(RFP) will be issued on CD-Rom on or about 1 May 2000 and will be
available only until the supply is exhausted. Proposals will be due on
or about 15 June 2000 at 3:00 p.m. CDST. The solicitation will be
available on CD-ROM at no cost to the contractor. The RFP will also be
available for review at local SBA offices in New York, New Jersey, the
Commonwealth of Puerto Rico, the United States Virgin Islands; the
Corps of Engineers Bulletin Board at
http://www.nwk.usace.army.mil/contract/contract.html. IN ORDER TO
RECEIVE A COPY OF THE CD, YOU MUST REGISTER THROUGH THIS WEBSITE BY
CLICKING ON "ELECTRONIC BID SOLICITATIONS", CLICKING ON THE APPLICABLE
SOLICITATION NUMBER, AND CLICKING ON "REGISTER". CONTRACTORS MUST
REGISTER ON THE WEB TO BE PLACED ON THE PLANHOLDER'S LIST. CD'S WILL BE
MAILED OUT BASED ON REGISTRATION ON THIS WEBSITE. CONTRACTORS MAY
DOWNLOAD THE PLANHOLDER'S LIST FROM THE WEBSITE. A LISTING MAY BE
OBTAINED FOR BOTH PRIME CONTRACTORS AND SUBCONTRACTORS WHO HAVE
REGISTERED. IF YOU ARE NOT REGISTERED THROUGH THE ABOVE WEBSITE, THE
DEPARTMENT OF THE ARMY, CORPS OF ENGINEERS, IS NOT RESPONSIBLE FOR
PROVIDING YOU WITH NOTIFICATION OF ANY CHANGES TO THIS SOLICITATION.
CONTRACTORS NOT HAVING INTERNET ACCESS CAN VISIT THEIR LOCAL LIBRARY OR
SMALL BUSINESS ADMINISTRATION OFFICE TO OBTAIN INTERNET ACCESS TO
REGISTER ELECTRONICALLY AND OBTAIN PLANHOLDER'S LISTS. QUESTIONS
CONCERNING THE PLANHOLDER'S LIST, CD MAILING, OR OTHER ISSUES CAN BE
SUBMITTED VIA FAX AT 816-426-5777 OR EMAIL
emma.j.nevins@nwk02.usace.army.mil. NO PHONE REQUESTS WILL BE ACCEPTED.
THIS RFP IS AN 8(A) SET-ASIDE. THE SIC CODE IS 8744 AND THE SIZE
STANDARD IS 500 EMPLOYEES. Questions of a technical nature may be
addressed to Mr. Tom Simmons at 816-983-3372 or Ms. Kamala Morgan at
816-983-3577. Questions of a contractual nature may be addressed to
Mrs. Trisha van Bleisem at 816-983-3823. Posted 04/13/00 (W-SN444548).
(0104) Loren Data Corp. http://www.ld.com (SYN# 0022 20000417\F-0001.SOL)
F - Natural Resources and Conservation Services Index Page
|
|