SOLICITATION NOTICE
R -- Compliance and Hazardous Waste Management Services in support of the U.S. European Command (EUCOM)primarily Army Garrisons.
- Notice Date
- 5/12/2010
- Notice Type
- Presolicitation
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- USACE District, Europe, CMR 410 BOX 7, APO, AE 09096
- ZIP Code
- 09096
- Solicitation Number
- W912GB-10-R-0027
- Response Due
- 5/20/2010
- Archive Date
- 7/19/2010
- Point of Contact
- Norma J Smith, +49 61197442629
- E-Mail Address
-
USACE District, Europe
(norma.j.smith@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- COMPLIANCE and HAZARDOUS WASTE MANAGEMENT SERVICES Pre- Solicitation Notice W912GB-10-R-0027 The U.S. Army Corps of Engineers Europe District intends to award a single Indefinite Delivery Contract (IDC) to perform work on Compliance and Hazardous Waste Management Services. The objective is to provide ongoing contractual support to the U.S. European Command (EUCOM) which will assist the U.S. facilities (primarily Army Garrisons) in attaining and maintaining compliance with environmental laws and regulations as set forth in the FGS, additional applicable Host Nation regulations and DOD/DA/USAREUR requirements. In addition the Contractor will assist in the management of hazardous waste systems. Generally this will include performing management efforts in accordance with the US Armys Environmental Management System; developing compliance related plans, testing, record keeping and training in multiple compliance media areas; and managing hazardous waste. To accomplish this, a Service Contract Indefinite Delivery Contract (IDC) for Compliance and Hazardous Waste Management should be in place at all times. The resulting contract is particularly needed because of Command attention on, and requirements for, maintaining installations in environmental compliance throughout a large number of media areas. The primary location of services required has been and will continue to be Germany since a majority of EUCOM installations are located in this country. It will also be used to a lesser extent in Italy, Belgium and the Netherlands. However the resulting contract should be broad enough to allow compliance and hazardous waste management at all EUCOM installations. Additionally it is not limited to these areas or to the U.S. Army, but may be used wherever the U.S. military is involved in supporting actions in the EUCOM area of responsibility or where the US Army Corps of Engineers is requested to provide support. A wide range of services are included in this contract, but may not be limited to: 1) Compliance Management Support: which may include, review and support of Garrisons existing plans and update to current requirements; modify, optimize and review on-site compliance standards for specific facilities; 2) Pollution Prevention Program Management Support; 3) Solid Waste Management; 4) Hazardous Waste Management; 5) Potable Water Management; 6) Noise Studies; 7) Laboratory Testing of Potable Water, Waste Water or Point Source Discharges; 8) Spill Response which may include; evaluate, assess and create a plan for a response to a spill; response to a spill may require an immediate response within 24 hours or less; 9) Pesticide Management; 10) Air Emission Surveys/Inventories; 11) Asbestos Surveys; 12) Radon detection, which may include; create an action plan; perform corrective actions to alleviate the radon issue; and direct / provide oversight for radon corrective action; 13) Multi-media Permitting; 14) Sampling and Testing of Contaminated Building Materials; 15) Geographic Information System (GIS) Support for all of our compliance related actions; which may include, data input in USACE GIS layers; create new layers for GIS databases; and input data into a Corps database; 16) Energy Management Program Support; 17) Soil and Planning Level Surveys; which may include, assessment of existing soil conditions; assessment of proposed soil conditions for handling in the future areas; planning level surveys for soil assessment and handling; and 18) Cross Connection Backflow assessment and prevention. Both U.S. and Host Nation Laws must be considered in performing this work. The project will be advertised as an RFP for a single IDC using firm-fixed price task orders which will identify the scope of work, and location. The maximum overall cumulative value of this contract will be $35M over the 5-year term of the contract. Approximately $7 million will be awarded per year. The contract will consist of one (1) base year period and four (4) one-year options, for a total performance period of five (5) years. There will be no limits on the number of task orders awarded / issued in any year; however the maximum task order shall not exceed $3.0M. The majority of the projects are anticipated to be within $50,000 and $1.0M. The minimum guarantee shall be $10,000. This amount shall cover the duration of the entire contract (Base year and Option Periods). 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. The solicitation will be issued on or about 28 May 2010 on FedBizOpps. The solicitation will be issued free of charge and available electronically through FedBizOpps. All qualified and responsible offerors may submit a proposal and will be considered for award. 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 Point of Contacts for this solicitation will be as follows: POC Contract Specialist, Ms. Pamela Richmond; Email address Pamela.r.richmond@usace.army.mil elephone No - +49 (0) 611 9744-2833. Contracting Officer, Ms. Norma J. Smith; Email address Norma.J.Smith@usace.army.mil Telephone No - +49 (0) 611 9744-2629. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-10-R-0027/listing.html)
- Place of Performance
- Address: USACE District, Europe CMR 410 BOX 7, APO AE
- Zip Code: 09096
- Zip Code: 09096
- Record
- SN02147847-W 20100514/100512235231-3035d62d2279f7526f31b5e7e0afa5f9 (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 |