Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2009 FBO #2946
MODIFICATION

L -- RANGE MAINTENANCE OF MILITARY MUNITIONS AND EXPLOSIVES, NATIONAL TRAINING CENTER, FORT IRWIN, SAN BERNARDINO COUNTY, CALIFORNIA

Notice Date
12/16/2009
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
US Army Corps Of Engineers, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL10R0001
 
Response Due
1/27/2010
 
Archive Date
3/28/2010
 
Point of Contact
Patricia B Bonilla, Phone: 213-452-3255, Julie Ayala, Phone: 213/452-3241
 
E-Mail Address
Patricia.B.Bonilla@usace.army.mil, julie.ayala@usace.army.mil
(Patricia.B.Bonilla@usace.army.mil, julie.ayala@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS AMENDMENT IS TO CORRECT THE NAICS CODE OF 561210 (INCORRECT) TO CORRECT NAICS CODE 562910 REMEDIATION SERVICES FOR THIS PROCUREMENT. The proposed contract is to provide surface and limited subsurface clearance services to safely locate, identify, mark and dispose of military munitions and explosives that exists at Fort Irwin. All types of munitions, bombs, rockets, land mines, grenades, projectiles and small arms have been used at Fort Irwin and may be encountered. The proposed contract will be an Indefinite Delivery Indefinite Quantity contract for one base year and 4 option years. The total estimated amount of the contract capacity is $49,500,000.00. The acquisition method is negotiated procurement. Both a technical proposal and a price proposal will be required. The basis for award is Best Value Tradeoff. This process permits tradeoffs among cost or price and non-cost factors and allows the Government to accept other than the lowest priced proposal. Relative weighting of technical and price is as follows: All evaluation factors other than cost or price, when combined, are more important than cost or price. Evaluation factors may consist of the following: (1) Technical Approach; (2) Previous Experience: (3) Past Performance; (4) Key Personnel, Teaming Arrangements, Management Plan. Aforementioned evaluation factors may not be all inclusive. ALL OFFERORS ARE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS. This project is 100% SMALL BUSINESS SET ASIDE. ORDERING SOLICITATION: The solicitation will be available on or about December 28, 2009. The solicitation and any amendments for this Request for Proposal will be posted on www.fbo.gov Viewing/downloading documents from fbo.go will require prior registration in Central Contractor Registration (www.ccr.gov). Please note that ALL parties who want to access the solicitation, must be CCR-registered, have a MPIN, and either a DUNS number or CAGE code. It is the responsibility of the contractor to check www.fbo.gov frequently for any amendments or changes to the solicitation. The Government is not responsible for any loss of internet connectivity or for an offerors inability to access the document posted at the referenced website. No CD's or paper copies will be made available. If you would like to list your firm so that others can see you are an interested vendor, you must click the Add Me to Interested Vendors button in the listing for this solicitation on www.fbo.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL10R0001/listing.html)
 
Place of Performance
Address: FORT IRWIN, FORT IRWIN, California, 92310, United States
Zip Code: 92310
 
Record
SN02025300-W 20091218/091216235618-bfc666e42915ad424cdc82cc0ccbbf8e (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.