Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 12, 2007 FBO #2207
MODIFICATION

F -- Sources Sought for Indefinite Delivery Indefinite Quantity (IDIQ) Contract for Munitions and Explosives of Concern (MEC) Removal Response Actions for FUDS Waikoloa Maneuver Area, Waimea and Waikaloa, Island of Hawai'i, Hawaii

Notice Date
12/10/2007
 
Notice Type
Modification
 
NAICS
562910 — Remediation Services
 
Contracting Office
US Army Corps Of Engineers, Honolulu, Building 230, Fort Shafter, HI 96858-5440
 
ZIP Code
96858-5440
 
Solicitation Number
W9128A-08-R-0009
 
Response Due
12/19/2007
 
Archive Date
2/17/2008
 
Point of Contact
Maria Buckner, 808-438-8583
 
E-Mail Address
Email your questions to US Army Corps Of Engineers, Honolulu
(Maria.R.Buckner@poh01.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This modification 01 is hereby issued to correct the small business size standard on previous Sources Sought notice initially issued on 4 December 2007 for W9128A-08-R-0009 Indefinite Delivery Indefinite Quantity (IDIQ) for Munitions and Explosives o f Concern (MEC) Removal Response Actions for FUDS Waikoloa Maneuver Area, Waimea and Waikaloa, Island of Hawai'i, Hawaii. The correct small business size standard is 500 employees with the North American Industry Classification System (NAICS) Code of 5629 10 (Environmental Remediation Services). Firms interested in this project should submit a letter of interest via electronic mail (e-mail) to Ms. Maria Buckner at maria.r.buckner@usace.army.mil no later than December 19, 2007. Please indicate (a) your si ze status (e.g. 8(a), Small Business, Large Business, Service Disabled Veteran Owned Business, etc.), (b) whether you have ordnance removal experience (provide not more than a page of ordnance removal experience) or whether you have the ability to obtain t he necessary ordnance removal expertise, and (c) your bonding capacity in your letter. This is not a request for proposal. A separate synopsis will be published providing the procedures on obtaining the solicitation. This IDIQ will include a cumulative capacity of $50 million for a 5-year term consisting of a base year and four option years. The estimated annual usage is $10 million for the base year and each of the four option years. This IDIQ will require the contractor to have ordnance removal exper ience. The Government prefers ordnance removal experience in Hawaii. The government anticipates soliciting this requirement as a competitive small business set-aside and awarding a single contract without discussions after submission of initial offers. A two-phase evaluation process will be utilized for source selection under this solicitation. Phase I will include technical proposals and Phase II will include price proposals. Only those proposals selected in Phase I will be allowed to proceed into Pha se II. The award will be made based on best value upon evaluation of all offers received. This requirement is to safely locate, identify, recover, evaluate, manage and make final disposition of MEC at the Formerly Used Defense Site (FUDS) Waikoloa Maneuv er Area, Island of Hawai'i, Hawaii. This acquisition encourages integrated approaches to perform MEC responses including analog and digital geophysical mapping, geographic information system (GIS) management and recording, anomaly discrimination, time-cri tical and non-time critical removal actions, emergency removal responses, clean-up of range residue, disposal, and management of MEC or other constituents related to MEC. The work shall be a manner consistent with the Department of Defense Explosives Safe ty Board requirements, the Defense Environmen tal Restoration Program (DERP), Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), the National Contingency Plan (NCP), Resource Conservation and Recovery Act, and compliance with o ther applicable laws and regulations. Each task order under this contract will provide a specific Scope of Work (SOW) describing the work required and may include conducting appropriate field surveys, site visits, interviews with knowledgeable persons, pr epare required safety and health plans, prepare site assessment reports, prepare site characterization reports, conduct site monitoring, execute suitable cleanup activities, terrestrial or underwater surveys, innovative technology applications, chemical la boratory analysis, and dispose of MEC. A primary emphasis will be placed on assisting the Corps in compliance with environmental laws and regulations. The work may involve working with other contractors during hazardous/toxic wastes assessment/remediatio n projects, archaeological studies, flora and fauna studies, geo-technical studies, emergency response plans, public evacuation/safety plans and execution, publ ic coordination, and other environmental and/or engineering studies. The work may involve but not be limited to disciplines in the following areas: MEC safety, hazardous/toxic wastes management, geographic information systems (GIS), noise quality, air qua lity, water quality, risk assessment, occupational health, industrial hygiene, safety, and public health. Hazardous, Toxic and Radiological Waste (HTRW) material or non-stockpile Chemical Warfare Materiel (CWM) are not expected, but maybe encountered. All permits and licenses necessary to conduct his operations including building permits, licenses to purchase explosives, blasters licenses, and Department of Transportation (DOT) permits for transport of MEC and HTRW on public highways will be the responsibi lity of the incumbent. Preliminary study da ta and other information may be required during the progress of work. Incumbent will participate and provide support in various public forums including, but not limiting to, assistance in compiling presentation d ata and expert technical testimony during public information meetings, Restoration Advisory Board sessions, inter-agency coordination, and other activities. Anticipated solicitation release date is on or about January 25, 2008. Selection will be based on evaluation factors and price.
 
Place of Performance
Address: Waikoloa Maneuver Area Waiamea and Waikoloa, Island of Hawaii Waimea HI
Zip Code: 96738
Country: US
 
Record
SN01466999-W 20071212/071210223708 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.