Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 17,2000 PSA#2643

U.S. Army Corps Of Engineers -- Mobile, Contracting Division, CESAM-CT (109 St. Joseph Street 36602) PO Box 2288, Mobile, AL 36628-0001

Y -- INDEFINITE DELIVERY/INDEFINTE QUANTITY PRE-PLACED REMEDIAL ACTION CONTRACT (PRAC) FOR WORK WHICH COULD ENTAIL AREAS WITHIN THE SOUTH ATLANTIC DIVISION BOUNDARIES SOL DACA01-00-R-0061 POC Contact Karen Johnson, (334) 690-2535; Contracting Officer, Leo J. Hickman WEB: http://www.sam.usace.army.mil, http://www.sam.usace.army.mil. E-MAIL: cesam.plansroom@sam.usace.army.mil, cesam.plansroom@sam.usace.army.mil. THE INFORMATION FOLLOWING IS A REPEAT OF THE ORIGINAL ANNOUNCEMENT IN ADDTION TO CORRECTIONS*****This work consists of: One Indefinite Delivery/Indefinite Quantity Pre-Placed Remedial Action Contract restricted to small business concerns. Contract will have a base performance period of one year and two (2) one year option periods with a maximum value of $6 million for the Base year, $4.5 million for option year one and $4.499 million for option year 2. Performance is expected to begin during FY 01. Individual task orders under the contract will be limited to the annual contract amount and may be firm fixed price or cost reimbursement. The successful contractor shall be able to demonstrate the ability to execute task orders related primarily to the field of remediation of hazardous and toxic waste sites under the control of the Federal Government or which the Federal Government is the proprietor or potentially responsible party. Work may include construction related to remediation. The work could involve clean up of superfund sites, military installations and other sites. The contractor may be asked to offer environmental support where the U.S. Army Corps of Engineers may otherwise be authorized to respond, which will entail areas within the South Atlantic Division boundaries. The SIC 8744 work may include, but not be limited to: sampling and analyzing the contents of hazardous and toxic waste sites or potentially toxic sites, emergency spill, removal of underground storage tanks, testing of soil and water samples, remediation of such sites, installing monitoring wells, well abandonment, constructing caps, slurry walls and grout curtains, removing unsafe buildings, with or without asbestos, installing soil venting systems, groundwater treatment systems, thermal extraction systems, installing new tanks and water supply systems, short term operation and maintenance of facilities, containment, removing, treating, disposing, identification of radiation waste and/or energetic, preparation of all site documents, safety plans, quality assurance plans work site plans, as-built drawings and miscellaneous other documents as specified in the individual task order. The solicitation will be competitively awarded based on the evaluation established in the Request for Proposal. The Request for Proposal will be issued o/a 13 July 2000 via internet at site http://www.sam.usace.army.mil/. Telephone calls and visits are discouraged. Responsible sources requesting solicitation documents may submit an offer which will be considered by the agency. Bid documents are available on or about 13 JULY 2000. Estimated cost of work is over $10,000,000. All responsible sources may submit an offer, which shall be considered. Bidders, subcontractors and Dodge/Plan Rooms are required to self-register their firm or office on the Internet. Registration instructions are available on the Internet at http://www.sam.usace.army.mil then click on contract bids. Neither telephonic, mailed, nor fax requests will be accepted. Those registering are responsible for the accuracy of the information on the mailing list. Registration must include the firms physical address, telephone, a valid fax number and a point of contact. Registration should be completed one week prior to the issue date. All notifications of changes to this solicitation shall be made through the Internet only. It is therefore the contractors responsibility to check the Internet address listed above daily, for any posted changes to this solicitation. Actual solicitation amendments will be issued either by fax, posting for download to the aforementioned web page. The plans and specifications are available only via download at site http://www.sam.usace.army.mil/. No paper copies will be issued. Note: This solicitation is in .pdf format and requires "Adobe Acrobat Reader". "Adobe Acrobat Reader" may be downloaded free of charge at http://tsn.wes.army.mil/ComSoftware.asp. Plans and specifications will not be provided in a printed paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. All bid forms, bid bonds, and other normal documents required for the bid submittal, including amendments to the bid submittal, shall be in paper medium. Electronic medium for the bid submittal documents will not be allowed. Critical Path Method (Network Analysis System) is required per individual task order. For this job, a small business is defined as having average number of employees of less than 500. This procurement is a 100 percent small-business set-aside, the size standard for which is a concern, including its affiliates, having no more than 500 employees. This solicitation includes bid options, which may not be awarded. Effectively Immediately: Presolicitation Notices will no longer be issued by the Mobile District for Projects in the Continental United States and Puerto Rico. Advertisement of Mobile District projects will be through the Commerce Business Daily and/or the Mobile District Contracting Homepage. Detailed Information on this and other Mobile District Projects (Ordering Solicitations, Points of Contact, Synopsis of Work, Plan Holders, Bid Results, etc.) are available on the Internet at: http://www/sam.usace.army.mil/. Specific questions related to this project may be answered by Mrs. Jacalyn M. Jenkins (334) 441-5598, or fax (334) 694-4343. Technical inquiries on plans and specifications must be submitted in writing by mail or fax. Refer questions on distribution of plans/specifications to Karen Johnson, Plans Room at (334) 690-2535 or fax (334) 694-4343. Posted 07/13/00 (W-SN474493). (0195)

Loren Data Corp. http://www.ld.com (SYN# 0131 20000717\Y-0007.SOL)

Y - Construction of Structures and Facilities Index  |  Issue Index |


Created on July 13, 2000 by Loren Data Corp. -- info@ld.com