Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2010 FBO #2975
SOLICITATION NOTICE

F -- PRE-PLACED REMEDIAL ACTION CONTRACT (PRAC)

Notice Date
1/14/2010
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
USACE District St. Louis, ATTN: CEMVS-CT, 1222 Spruce Street, St. Louis, MO 63103-2833
 
ZIP Code
63103-2833
 
Solicitation Number
W912P910R0716
 
Response Due
3/10/2010
 
Archive Date
5/9/2010
 
Point of Contact
Lisa Marie White, 314-331-8518
 
E-Mail Address
USACE District St. Louis
(lisa.white@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Corps of Engineers, St. Louis District, is seeking firms to provide Hazardous, Toxic and Radioactive Waste (HTRW) removal/remedial services. The following information is a brief description of what will be required, but is not all-inclusive. The work includes construction work, field engineering and management services to support removal/remedial activities that are necessary for the St. Louis District to execute its HTRW (hazardous, toxic and radioactive waste) program, a major part of which is the Formerly Used Sites Remedial Action Program (FUSRAP). FUSRAP sites contain low-level radiological and chemically contaminated Manhattan Engineering District/Atomic Energy Commission Activities materials from previous federal government programs. The St. Louis Districts FUSRAP locations are primarily in the metropolitan St. Louis area, but also include the Iowa Army Ammunition Plant (IAAP) in Burlington Iowa. The Government may, at its discretion, request the Contractor to perform HTRW work in other geographical regions within the boundaries of the Mississippi River Division in support of civil works projects, or at regional military installations, or for other agencies. Additional general St. Louis FUSRAP project information is available on the Districts website: www.mvs.usace.army.mil. This will be a Small Business Set-Aside, competitive procurement, resulting in an Indefinite Delivery, Indefinite Quantity Contract for a one-year base period with 2 one year options and a total acquisition value not to exceed $25,000,000.00. Individual task orders will be issued that detail the removal/remedial activities to be performed for specific sites. Task Orders issued under this contract may be cost-plus-fixed fee or fixed price. Both technical and cost proposals will be required for evaluation. The solicitation will be issued as a Request-for-Proposal. There will be no public bid opening. Evaluation and award of the solicitation will be based on the evaluation criteria stated in the Request for Proposal. For example, the significant evaluation factors may include but are not limited to Technical Expertise, Experience, Personnel and Past Performance with an emphasis related to low-level radioactive contaminated material work. The bases for award will be Best Value utilizing the Trade-off process. The NAICS code for this requirement is 562910. The SBA size standard is $14.0 Million. This acquisition is being considered for a HUB Zone set-aside. If you firm is HUB Zone certified and intends to propose on this acquisition, you must provide the following information to the Contracting Officer not later than ten (10) days after publication of this notice: (a)SBA Certification of HUB Zone eligibility; (b) a positive statement of your intention to bid on this contract as a prime contractor; (c) evidence of recent, relevant experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contacts with telephone numbers. In the event two or more responsible HUB Zone SB firms positively respond to this synopsis, then the acquisition will be set-aside for HUB Zone SB firms. Should fewer than two responsible HUB Zone contractors respond to this synopsis, the solicitation will be issued Total Small Business Set-Aside. Notice of either HUB Zone or Small Business Set-Aside will be provided in the posted RFP. Postal service or fax copies are required. Electronic copies are not permitted. The closing date and time for submission of offers will be contained in the solicitation package. The solicitation is expected to be issued on or about 10 Feb 10. The solicitation package will be posted on FedBizOpps, which can be accessed at www.fedbizopps.gov./. The Government will not provide paper copies of the solicitation or the Interested Parties List (IPL). Telephone, written, facsimile, or e-mail requests for the solicitation package or Interested Parties List will not be honored. Potential offerors MUST register at www.fedbizopps.gov./ in order to receive notification and/or changes to the solicitation. The Interested Parties List will be activated and may be accessed and printed from this web site. Prospective offerors who would like their company name included on the Bidders Mailing List (planholders list) may do so on the fedbizopps website under IPL. Potential offerors are responsible for monitoring this site for the release of the solicitation package and any other pertinent information and for downloading their own copy of the solicitation package. This notice does not obligate the Government to award a contract nor does it obligate the Government to pay for any bid/proposal preparation costs. Be advised that all interested parties MUST be registered in the Central Contractor Registration (CCR) Database and have completed On-Line Representation and Certifications Application (ORCA) in order to receive a contract award. If you are not registered with CCR, you may request an application via phone at 1-888-227-2423 or register on-line at http://www.ccr.gov/index.cfm. To register with ORCA, you may go online at http://www.bpn.gov/orca/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/103b3e55bb81ecf0df7173f8335bef6e)
 
Place of Performance
Address: USACE District St. Louis ATTN: CEMVS-CT, 1222 Spruce Street St. Louis MO
Zip Code: 63103-2833
 
Record
SN02042553-W 20100116/100114234609-103b3e55bb81ecf0df7173f8335bef6e (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.