|
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, SMALL BUSINESS SET ASIDE SOL DACW41-00-R-0011 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 may elect to
award at least two (2), but not more than five (5) -- three-year base
multiple award indefinite-delivery type contracts to small businesses
under a Small Business Set Aside (SBSA). The Joint Total Acquisition
Value of contracts awarded under this solicitation may not exceed
$125,000,000. 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
$125M cumulative value of all contracts awarded under this
solicitation. 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. Contract 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
the option is exercised. There is no annual limit and no task order
limit other than the maximum joint 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. CST. 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 BEING ISSUED AS A SMALL BUSINESS SET-ASIDE. THE
SIC IS 8744 AND THE SIZE STANDARD IS LESS THAN 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-SN444564). (0104) Loren Data Corp. http://www.ld.com (SYN# 0023 20000417\F-0002.SOL)
F - Natural Resources and Conservation Services Index Page
|
|