MODIFICATION
B -- Indefinite Delivery/Indefinite Quantity (ID/IQ) Multiple Award Task Order Contracts (MATOC) for Environmental Consulting Services
- Notice Date
- 3/19/2008
- Notice Type
- Modification
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
- ZIP Code
- 68102-1618
- Solicitation Number
- W9128F-06-R-0033^
- Response Due
- 7/30/2008
- Archive Date
- 9/28/2008
- Point of Contact
- George Sievers, 402-221-4112
- E-Mail Address
-
Email your questions to US Army Corps of Engineer - Omaha District
(george.m.sievers@usace.army.mil)
- Small Business Set-Aside
- Total HUB-Zone
- Description
- The purpose of this modification is to change the anticipated date that the solicitation will be released. Description NOTE: This notice replaces Pre-solicitation Notice W9128F-06-R-0033, including all modifications, posted on 12 M ay 2006. For administrative purposes unique to this website, this notice has the solicitation number W9128F-06-D-00 33^. Any formal solicitation resulting from this synopsis will be number W9128F-06-D-0033. This notice is posted IAW FAR 5.203 and 5.204. <B R> The U.S. Army Corps of Engineers, Omaha District, intends to solicit and award up-to- three Indefinite Delivery/Indefinite Quantity (ID/IQ) Multiple Award Task Order Contracts (MATOC) for Environmental Consulting Services; encompassing Environmental Compliance Projects initiated for the Northwestern Division and Omaha District Customers, in the support of the U.S . Army Corps of Engineer s (USACE). This action will be initiated under NAICS Code 541620 with a size standard of $6.5 M. The subject solici tation will be set-aside for qualified HubZone small business concerns IAW FAR 19.1305. It is anticipated that the solicitation will be released on or about 04 April 2008. SCOPE: These contracts will have the capability to support work within the Northwestern Division and service all other Omaha District Customers, in support of USACE. The contract or contracts awarded will include firm-fixed price task orders for consulting services on environmental issues. These service s may include, but are not limited to, the control of environmental contamination from pollutants, toxic substances, and hazardous materials. PROCEDURE: Up to three contracts will be awarded to the offeror(s) submitting a proposal d etermined to be the best value to the Government; price, and other factors considered. In any case, the Government may not a ward any contract if the resulting contract would not represent a best value to the Government using trade-off selection procedures as required by AFARS Subpart 5115.1 -- Source Selection Processes and Techniques. This will be a multiple-award contract with up to three successful offerors being awarded and assigned their own contract numbers. These three contractors will compe te per each task order up to the maximum shared capacity Not-to-Exceed $10,000,000.00 (Environmental Compliance Multiple Award Contract pool). A performance period of five years is planned (3-year base period plus one 2-year option period). There is no lim it of the number of Task Order(s) that may be executed, but in no case shall the sum of all Task Order(s) executed exceed $10,000,000.00. Each contractor will be afforded a fair opportunity to be considered for each task order in excess of $3,000.00. < BR>ADDITIONAL INFORMATION: No responses to this announcement are required. All information required for submission of an offer will be identified in the RFP when issued. All responsible sources may submit an offer, which will be considered. This sy nopsis is not to be construed as a commitment by the government. Any costs incurred as a result of a response to this announceme nt shall be borne by the firm and will not be charged to the government for reimbursement. The RFP will be electronicall y issued using the Army Single Face to Industry (ASFI) Acquisition Business Website (https://acquisition.army.mil/asfi/). When issued, the RFP may also be viewed via http://www.fedbizo pps.gov/. Technical data and supporting documentation will be made ava ilable for viewing via the Federal Technical Data Solution System (FedTeDs) https://www.fe dteds.gov/. FedTeDs accounts may only be attained by CCR-registered contractors. Please visit the FedTeDs website or https://w3.nwo.usace.army.mil/html/ct-m/webpage .htm for additional information. Written, telephonic, or fax requests for a solicitation package will NOT be accep ted. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for updates or amendments to any and all documents. All Offerors must be registered in the Central Contractor Registry (CCR) prior to receiving any award. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423.
- Place of Performance
- Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
- Zip Code: 68102-1618
- Country: US
- Zip Code: 68102-1618
- Record
- SN01536541-W 20080321/080319230927 (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 |