|
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 SOL DACW41-00-R-0010 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 up to two (2) -- three (3) year base multiple award
indefinite-delivery type contracts to contractors on a full and open
competition basis. The Joint Total Acquisition Value (JTAV) of
contracts 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 maximum individual total contract
value for each contract is limited to the $25M 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. Contracts will
include Cost-Reimbursement and/or Firm Fixed-Price task orders.
Contracts are Indefinite Delivery/Indefinite Quantity (ID/IQ), and will
be issued for a base period of three years. There will be one 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
contract(s) 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 UNRESTRICTED (FULL AND OPEN
COMPETITION). 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-SN444612). (0104) Loren Data Corp. http://www.ld.com (SYN# 0028 20000417\F-0007.SOL)
F - Natural Resources and Conservation Services Index Page
|
|