Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 30, 2009 FBO #2897
SOLICITATION NOTICE

R -- Environmental Remediation Services for Environmental Restoration Projects at Maxwell AFB and Gunter Annex, AL

Notice Date
10/28/2009
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
US Army Corps of Engineer - Omaha District, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F10R0006
 
Response Due
12/15/2009
 
Archive Date
2/13/2010
 
Point of Contact
Lynette Black, 402-221-4962
 
E-Mail Address
US Army Corps of Engineer - Omaha District
(lynette.m.black@usace.army.mil)
 
Small Business Set-Aside
HUBZone
 
Description
On or about 12 November 2009, this office will issue a firm, fixed-price Request for Proposal for a 100% Hubzone Set-aside, Indefinite Delivery/Indefinite Quantity (IDIQ), Single Award Task Order Contract (SATOC) for Environmental Remediation Services for Environmental Restoration Projects for Maxwell AFB and Gunter Annex, AL. Proposals will be received on or about 15 December 2009. This solicitation will facilitate award of a single contract, with a maximum capacity of $9 million. Evaluation of proposals will be performed on a Best Value basis. The work will include the following: The contract awarded under this solicitation will be an IDIQ SATOC Quantity Single Award Contract for Environmental Remediation Services for Environmental Restoration Projects in support of Maxwell AFB and Gunter Annex, AL. NAICS Code is 562910 Environmental Remediation Services; and, the small business size standard is 500 employees. The contract awarded will include firm-fixed price features for a wide range of environmental remediation services in the following areas including, but not limited to, work plans; studies with associated reports; multiple phases of field investigations; monitoring well installation and sampling; short and long term monitoring; compliance support; data management; data interpretation, management of investigative derived wastes, environmental and human health risk assessments; well abandonment; meetings; public meeting participation; hydrological and soil studies; project reports; incidental engineering support and/or response design, including operations and maintenance for Hazardous, Toxic and Radioactive Waste (HTRW) sites; remedial action plans; remedial action; site closeout/decision documents; future project programming and scheduling support. This will not be an Architect-Engineer (A-E) contract. This will be a performance-based contract. Each contract will have a base period of three years and an option to extend the contract for an additional two-year period. Proposal Evaluation: Technical proposals will be evaluated on an adjectival basis. Major evaluation areas of each offerors proposal, in descending order of importance, include: Technical Approach, Previous Experience-Environmental Remediation Services, Resumes of Key Personnel and Past Performance. Pricing/Cost will be subjectively evaluated. Offerors: Please be advised of on-line registration requirement in Central Contractor Registration (CCR) database http://www.ccr.gov/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications (ORCA) at http://orca.bpn.gov. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective for one year from date of submission or update to ORCA. Forthcoming request for proposal will request a completed hardcopy to be included with any proposal submitted. There are no drawings associated with this Request for Proposal. Copies of this solicitation are available by INTERNET ACCESS ONLY. All solicitation documents will be posted to the Army Single Face to Industry (ASFI) website (https://acquisition.army.mil) and made available for viewing in Federal Business Opportunities (FBO) (http://www.fbo.gov). The plans and specifications will be available for download on the FBO website ONLY. Compact Disks will not be sent out and a Plan Holders (Interested Parties) List is available on the FedBizOpps website. Instructions to access technical data, Instructions to access a Plan Holders List on FedBizOpps, step by step instructions and the associate software required (viewers) to view the project plans and specifications can be accessed on the Omaha District Contracting Division web page (https://www.nwo.usace.army.mil/html/ct-m/webpage.htm). All amendments will be posted in FebBizOpps. It shall be the contractors responsibility to check the website for any amendments. The Contract Specialist point of contact for this project is Lynette Black who can be reached by email: lynette.m.black@usace.army.mil or phone at 402-995-2049. The technical point of contact for this project is Mr. Robert Zaruba who can be reached by email at: Robert.K.Zaruba@usace.army.mil or phone at 402-995-2745. The Small Business Coordinator is Mr. Hubert J. Carter, Jr. who can be reached by email at: Hubert.J.Carter.Jr@usace.army.mil or by phone at 402-995-2910. Interested parties are reminded that they are responsible for checking on new information posted to FedBizOpps.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F10R0006/listing.html)
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 1616 Capitol Ave, Omaha NE
Zip Code: 68102-4901
 
Record
SN01993561-W 20091030/091028234834-c5ffd3a4844d07b0db97fc370833f764 (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.