Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2009 FBO #2727
SOLICITATION NOTICE

F -- Remediation and Contaminant Mitigation Services

Notice Date
5/13/2009
 
Notice Type
Synopsis
 
NAICS
562910 — Remediation Services
 
Contracting Office
Corps of Engineers, Europe District, Contracting Division, CMR 410 BOX 7, APO, AE 09096
 
ZIP Code
09096
 
Solicitation Number
W912GB-09-R-0030
 
Response Due
5/27/2009
 
Archive Date
7/26/2009
 
Point of Contact
Barbara Byam, +49 61197442615
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers Europe District is seeking expressions of interest to acquire Remediation and Contaminant Mitigation Services to include requirements for a variety of media including but not limited to groundwater, soil, surface water, drinking water, air, and buildings. Techniques also vary and include but are not limited to in-situ methods; ex-situ methods; removal; natural attenuation; physical, chemical, or biological processes; or any combination thereof. Although the techniques for remediation and contaminant mitigation fall within certain parameters, the specific requirements are site and contaminant dependent; are defined during site assessment, remedial investigation, feasibility studies, and/or scoping; and frequently require prompt action due to mission, legal, environmental, or health protection issues. Work that might be tasked under this contract includes, but is not limited to, the following: surveys, assessments, and plans; performing environmental assessments and surveys; reconnaissance (site survey) to determine the extent of required work; preparation of work plans, quality control plans, quality assurance plans, and health and safety plans; remediation results reporting, consulting, and providing recommendations; developing, base lining, and remedial measures of success and results against those measures; sediment, soil and rock boring and sampling for chemical and geotechnical parameters; sampling and analytical testing of ground and surface water, air, soil, or other contaminated media; characterization and disposal of soil/debris from erosion control projects; in situ/ex situ cleanup including monitored natural attenuation implementation; pump and treat systems; remedial injection systems; removal and disposal of contaminated media; and air sparging or vapor extraction systems. Other environmental and mitigation services may include emergency spill response and assessment of spill areas immediately following a spill incident; protecting/repairing eroded (or potentially eroding) areas; topographic surveys; and other elevation and location measurements; asbestos removal and radon mitigation. Although primarily environmental remediation in nature, work under this contract could also encompass non-Hazardous, Toxic, Chemical, and Radioactive Waste (HTRW) environmental projects. The project will be advertised as a Firm Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) Environmental Remediation Services contract. This Solicitation will be advertised as a RFP and one award to one contractor will be made. The award of the contract will be made using Best Value procedures based on technical factors, price and other factors considered. The majority of the work for this contract will be in Germany. A fair amount of work will also be performed in the rest of Central Europe to include Belgium, and the Netherlands. There are also currently ongoing investigations in Italy, Poland, Czech Republic, Romania, and Bulgaria; NAU has an on-going mission to support projects in the Balkans, Israel, and Africa. As such, the contract will include work in Germany, Belgium and the Netherlands and will allow, but not compel, work in all other locations at other installations (Army or otherwise) in support of environmental activities Europe-wide. The contract will not be limited to these areas or to the US forces but may be used wherever US Forces or other governmental agencies are involved in supporting actions. The estimated performance period will be 04 August 2009 through 03 August 2010 for the base year. There will be a one (1) year base and four (4) option periods for a total performance period of 5 years, if the Government reserves the right to exercise the option periods. The maximum value of work awarded will be $6 Million for the base periods and each option period, or $30 Million total over the five year life of the contract. The Government will post this synopsis, the solicitation, and all subsequent amendments through the Army Single Face to Industry (ASFI) Acquisition Business Web Site to the Government-Wide Point of Entry (GPE) Federal Business Opportunities (FedBizOpps) Web Site http://www.fedbizopps.gov. It is the Offerors sole responsibility to obtain this solicitation and any subsequent amendments through this website. Offerors are encouraged to visit this web site and become familiar with its content and functionality. Information will not be available through the Federal Technical Data Solutions (FedTeDS). Prospective Offerors must provide all information necessary to receive posting notifications. The solicitation will be issued on or about 28 May 2009. The solicitation will be issued free of charge and available electronically. Paper copies of this solicitation, plans, and specifications will not be provided. It is the offeror's sole responsibility to ensure they have obtained all solicitation documents and any subsequent amendments, if any. All qualified and responsible offerors may submit a proposal and will be considered for award. Offerors shall determine whether performance requires registration with German authorities or authorization to do business in Germany and if so, shall comply with all requirements. Offerors must be registered in the Central Contractor Registration in order to be eligible to receive an award from this solicitation. Call 1-888-227-2423 or visit website www.ccr.gov for more information. The USACE EUD Contracting Office will be the sole point of contact for this solicitation. The Primary Contracting Point of Contact for this Solicitation is Ms. Barbara Byam/ Barbara.V.Byam@usace.army.mil Tel: +49 (0)611 9744-2615. The Alternate Contracting Point of Contact is Mr. George Fedynsky/ George.Fedynsky@usace.army.mil Tel: +49 (0)611 9744-2625. NOTICE TO OFFERORS: THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER PROPOSAL OPENING WITH NO OBLIGATION TO THE OFFEROR BY THE GOVERNMENT. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-09-R-0030/listing.html)
 
Place of Performance
Address: Corps of Engineers, Europe District, Contracting Division CMR 410 BOX 7, APO AE
Zip Code: 09096
Country: DE
 
Record
SN01815671-F 20090515/090513233025 (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.