Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 20, 2000 PSA #2710
SOLICITATIONS

F -- PRE-PLACED, 100% SMALL BUSINESS SET ASIDE,REMEDIAL ACTION CONTRACTS FOR THE KANSAS CITY DISTRICT FOR BASE REALIGNMENT AND CLOSURE ENVIRONMENTAL PROJECTS AT GRIFFISS AIR FORCE BASE NEAR ROME, NEW YORK

Notice Date
October 18, 2000
Contracting Office
USAED, Kansas City, 757 Federal Building, 601 E 12th Street, Kansas City, MO 64106-2896
ZIP Code
64106-2896
Solicitation Number
DACA41-01-R-0001
Response Due
December 15, 2000
Point of Contact
Phyllis Jackson-Roberts fax 816-426-5777 e-mail Phyllis.R.Jackson-Roberts@usace.army.mil
E-Mail Address
Phyllis Jackson-Roberts, Contract Specialist, Contracting (Phyllis.R.Jackson-Roberts@usace.army.mil )
Description
PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES PRE-PLACED, 100% SMALL BUSINESS SET ASIDE, REMEDIAL ACTION CONTRACTS FOR WORK ASSIGNED TO THE KANSAS CITY DISTRICT SOLICITATION DACA41-01-R-0001 ISSUE ON OR ABOUT 31 OCTOBER 2000. PROPOSAL DUE ON OR ABOUT 15 DECEMBER 2000 (45 CALENDAR DAYS AFTER ISSUANCE). POC: Contract Specialist Phyllis Jackson-Roberts, Phyllis.R.Jackson-Roberts@usace.army.mil. The Government anticipates up to a maximum of to two (2) Remedial Action Service Indefinite Delivery/Indefinite Quantity (ID/IQ) Contracts for Hazardous Waste Sites for the Kansas City District. Since Griffiss Air Force Base is a BRAC site Preference for local and small businesses will be evaluated in accordance with DFARS 226.71. To determine a local firm, the firm had to be located in the county containing the base, in any adjoining county, or the entire county for which any part falls within 50 miles of the base boundary even though not contiguous. The local counties included in this solicitation are Oneida, Lewis, Oswego, Madison, Herkimer, Hamilton, Fulton, Montgomery, Otsego, Chenango, Cortland, Onondaga and Jefferson. Businesses must have resided in these counties on or before September 1993 to qualify. The up to two (2) contracts will be utilized for work assigned to the United States Army Corps of Engineers Kansas City District (CENWK) for Base Realignment and Closure environmental projects at Griffiss Air Force Base near Rome, New York. All contracts awarded under this solicitation will be Small Business Set-Aside. A PREPROPOSAL CONFERENCE WILL BE HELD AT GRIFFISS AIR FORCE BASE ON NOVEMBER 8, 2000. Contracts awarded under this solicitation will be service multiple award IDIQ, task orders under these contracts may be issued as either Cost Reimbursable or Firm-Fixed Price and will be issued for a base period of three years. There will be a two-year option if the option is exercised. If the maximum of two contracts is awarded they will have a joint total acquisition value of $35 Million, allowing for a base period guaranteed minimum award in the amount of 2% of the stated maximum or $500,000, whichever is less, if the option is exercised. After the guaranteed minimum amounts are awarded, the contractors will share in the remaining future awards of Task Orders up to the cumulative Joint Total Acquisition Value of $35,000,000. The North American Industry Classification System (NAICS) is 562910 formally known as SIC CODE 8744. Each contractor will not necessarily be awarded equal amounts of the JTAV. The maximum individual, total contract value for each contract is limited to the cumulative value of all contracts awarded under this solicitation. No Task Order limit exists except for the joint maximum acquisition value. If the maximum of the two (2) contracts are awarded, they will be awarded to two (2) different Contractors. Task Orders may be awarded on the subjective determination of the Contracting Officer based on past performance and other factors on the first and any other succeeding task orders under these contracts. Such subjective determination will consider the Contractor's past performance of cost, technical, schedule management, and other factors the Contracting Officer believes relevant to the award of each new task order. Task Orders may also be competitively bid between contractors, where the task order will be awarded to the contractor with the lowest price, responsive, and responsible bid. In accordance with FAR 16.301-3, the contractor's accounting system must be adequate for determining costs applicable to the contract in order for the small business contractor to obtain cost-reimbursement task orders. Evaluations and award of the solicitation will be based on the evaluation criteria stated in the request for proposal (RFP). In order to maximize small business participation in this procurement, teaming arrangements or small business consortiums are encouraged. However, the government assumes no responsibility for the success of the "team" in obtaining a contract through the evaluation process or for the success or failure of the team under the contract by virtue of the preceding statements. The contract to be awarded may require personnel, plant, material and equipment to perform a broad range of environmental monitoring, operation and construction activities such as sampling and analyzing the contents of a variety of tanks, drums and transformers; removing tanks, drums, transformers and treatment of their waste and contaminated soil; erection of containment structures; sampling and testing of water and soil samples; installing monitoring wells; constructing caps, slurry walls and grout curtains; removing unsafe 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; operation and maintenance of facilities; providing temporary or permanent relocation and other assistance to affected residents and businesses; providing security services at applicable sites and O&M for real property; and the planning of work efforts required. The types of skills required may include, but are not limited to: chemists, geologists, hydrogeologists, hydrologists, computer operators, estimators, superintendents, industrial hygienists, environmental engineers, chemical engineers, structural engineers, mechanical engineers, process engineers, electrical engineers, civil engineers, industrial engineers, chemical engineers, process engineers, public relations experts, truck drivers, equipment operators, laborers, plant operators, and electricians. Specific needs will not be known until work sites are determined. Solicitation packages will be available on or about October 31, 2000, and will be available only until the supply is exhausted, with the proposals due on or about December 15, 2000 at 3:00 p.m. CDST. The solicitation will be available on CD-ROM at no cost to the contractor. An unofficial copy of the solicitation will be located at the Corps of Engineers Bulletin Board http://www.nwk.usace.army.mil/contract/contract.htlm. IN ORDER TO RECEIVE A COPY OF THE CD, YOU MUST REGISTER (AS A NEW USER) THROUGH THIS WEBSITE BY CLICKING ON "ELECTRONIC BID SOLICITATIONS", CLICKING ON THE APPLICABLE SOLICITATION NUMBER, AND CLICKING ON "REGISTATION". CONTRACTORS MUST REGISTER ON THE WEB TO BE PLACED ON THE PLANHOLDER'S LIST. There is a limit of one CD per company. Multiple or duplicate registrations from the same company will be deleted from the planholder's listing. Additional CDs will not be provided. CDs 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 TO Kris.A.Huber@usace.army.mil THIS RFP IS SMALL BUSINESS SET-ASIDE UNDER The North American Industry Classification System (NAICS) is 562910 formally known as SIC CODE 8744 AND THE SIZE STANDARD IS 500 EMPLOYEES OR LESS. Questions of a technical nature may be addressed to Ms. Nanci Higginbotham at 816-983-3359. Questions of a contractual nature may be addressed to Ms. Phyllis Jackson-Roberts by e-mail to Phyllis.R.Jackson-Roberts@usace.army.mil. NOTE- Please reference DFARS CLAUSE 252.204-7302, "REQUIRED CENTRAL CONTRACTOR REGISTRATION". Prospective contractors must be registered with CCR prior to contract award. The CCR web page address is http://www.ccr2000.com or one may telephone 1-800-227-2423, at the CONTRACTOR REGISTRATION ASSISTANT CENTER.
Record
Loren Data Corp. 20001020/FSOL001.HTM (W-292 SN5046A4)

F - Natural Resources and Conservation Services Index  |  Issue Index |
Created on October 18, 2000 by Loren Data Corp. -- info@ld.com