SOLICITATION NOTICE
R -- Environmental Remediation Services required to support Military, Civil Works, HTRW Abatement and Work for Others, planning and studies within or assigned to the Norfolk District, US Army Corps of Engineers. REPLACES W91236-07-R-0009
- Notice Date
- 3/22/2007
- Notice Type
- Solicitation Notice
- NAICS
- 562910
— Remediation Services
- Contracting Office
- US Army Engineer District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096
- ZIP Code
- 23510-1096
- Solicitation Number
- W91236-07-R-0022
- Response Due
- 5/2/2007
- Archive Date
- 7/1/2007
- Small Business Set-Aside
- Total Small Business
- Description
- 1. CONTRACT INFORMATION: ENVIRONMENTAL REMEDIATION SERVICES, (NAICS: 562910) procured in accordance with the Service Contract Act, are required to support Military, Civil Works, HTRW, and Work for Others studies within or assigned to the Norfolk Dist rict, U.S. Army Corps of Engineers. One or more Indefinite Delivery Contracts (IDC) will be negotiated and awarded, each with a total contract period not to exceed three years. The contracts may consist of a base period not to exceed one year, with a maxim um of two one-year option periods. Alternatively, the contracts may consist of one three-year contract period. The total amount of work will not exceed $3,000,000 per contract. An option period may be exercised when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. Work will be issued by negotiated firm-fixed-price Task Orders. The contracts may include Task Orders with options for planning and engineering studies. Award of the first contract is antic ipated in 3rd quarter, FY07. The method used to allocate task orders among contracts will include consideration of experience and user needs, capacity to accomplish the order in the required timeframe, performance and quality of deliverables, and proximity of the firm to the project. Funds are not presently available for the contracts. THIS IS A 100% SMALL BUSINESS SET-ASIDE PROCUREMENT. A business is small for this effort if they have fewer than 500 employees. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employees office location (not the location of the work). To be eligible for contract award, a firm must be registered in the DOD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the DOD Electronic Commerce Information Cen ter at 1-800-334-3414. Lack of accurate registration in the CCR database will make an offeror ineligible for award. REMEDIATION AND ENVIRONMENTAL SERVICES STATEMENT OF WORK C.1 GENERAL: The purpose of this contract is to provide a full range of environmental and remediation related services to customers of the U.S. Army Corps of Engineers. The environmental services generally consist of environmental compliance, environmental restoration , environmental conservation, and pollution prevention. The contractor shall furnish all materials, equipment, supplies, personnel, and all other services required to perform the environmental and remediation services outlined in this statement of work an d as specifically identified in the individual task orders. The services required by this contract will be provided within the boundaries of the U.S. Army Corps of Engineers, North Atlantic Division. This includes the states of Virginia, Maryland, West Virginia, Pennsylvania, Delaware, and New York. Contractors may be required to perform tasks on-site or at their own facilities. C.2 SCOPE OF WORK: The time frame and specific procedures for each item of work will be described in the individual task order. C.10 FACTORS TO BE EVALUATED: All factors shall be subject to evaluation by a team of Government personnel. Criteria a-d are primary. Criteria e-g are secondary and will only be used as tie-breakers among technically equal firms. a. Specialized experience and technical competence in the areas listed below: Paragraph C.2.1 Environmental Compliance Paragraph C.2.2 Environmental Restoration Paragraph C.2.3 Environmental Conservation Paragraph C.2.4 Pollution Prevention Paragraph C.2.5 Real Estate Paragraph C.6.a Safety and Health Paragraph C.6.b Chemistry Paragraph C.6.c Geological Paragraph C.6.d Engineering and Environmental b. Qualified professional pe rsonnel in the key disciplines identified below: Paragraph C.7.a. Personnel Requirements Paragraph C.7.b. Program Manager Paragraph Paragraph C.7.c. Project Manager Paragraph Paragraph C.7.d. Registered Professionals Paragraph Paragraph C.7.e. Drilling Inspector Paragraph Paragraph C.7.f. Industrial Hygienist Paragraph Paragraph C.7.g. Regulatory Specialist Paragraph Paragraph C.7.h. Quality Control Paragraph i. Realty Specialists Paragraph j. Real Estate Appraisers Paragraph c. Past Performance on government contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from references, other sources such as ACASS. d. Capacity to initiate work and complete within the time parameters of the project. The evaluation will consider the availability of an adequate number of personnel in the following key disciplines: Environmental Engineer, Environmental Scientist, Civil E ngineer, Geologist and Certified Industrial Hygienist. The evaluation will look at numbers listed in the proposal to evaluate the specific team identified for the contract as well as the overall capacity of the team. e. Geographic proximity to projects within the boundaries or jurisdiction of North Atlantic Division. f. Volume of DoD contracts awarded in the last 12 months as the prime. g. Price: Price will not be a scored criterion, but it will be evaluated for reasonableness, realism, and affordability. FULL SCOPE OF WORK, REQUIREMENTS AND SELECTION CRITERIA WILL BE PROVIDED BY FORMAL RFP TO BE POSTED IN APPROXIMATELY 10 DAYS.
- Place of Performance
- Address: US Army Engineer District, Norfolk 803 Front Street, Norfolk VA
- Zip Code: 23510-1096
- Country: US
- Zip Code: 23510-1096
- Record
- SN01257197-W 20070324/070322221548 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |