Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 16, 2010 FBO #3309
SOLICITATION NOTICE

R -- Presolicitation Notice for Compliance and Hazardous Materials/Hazardous Waste Management Services

Notice Date
12/14/2010
 
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-11-R-0023
 
Response Due
1/13/2011
 
Archive Date
3/14/2011
 
Point of Contact
Pamela Richmond, 49 061197442833
 
E-Mail Address
USACE District, Europe
(pamela.r.richmond@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers Europe District is soliciting interest for a Firm-Fixed Priced (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) to provide Compliance and Hazardous Materials/Hazardous Waste Management Services. The locations of services required are primarily within Germany, with work in Italy, Belgium, the Netherlands and AFRICOM. To a much lesser degree work may be performed within other areas where the European Command (EUCOM) operates. The objective is to provide ongoing contractual support to all existing and potential customers of the Corps of Engineers Europe District (CENAU), U.S. European Command (EUCOM) which will assist 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 to this, assistance will be provided in the management of hazardous waste and hazardous materials (HM/HW) systems. These compliance and HM/HW management effort will be requested through individual task orders (TOs) issued under this contract. A range of services are included in this contract, but not limited to 1) Compliance Management Efforts which primarily includes efforts such as a) Environmental Management System Compliance, b) Environmental Performance Assessment, and c) Management Plan Updates 2) Hazardous Materials & Hazardous Waste Management, primarily including efforts such as a) Waste Management, b) Hazardous Materials Management System (HMMS) support and c) Hazardous Material Reuse Center Operation or their equivalent. Both U.S. and Host Nation Laws must be considered in performing this work. The project will be advertised as an RFP and will result in two (2) or more multiple award IDIQ MATOC's 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. 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 minimum amount per TO issued against this contract shall be $2,500 and the maximum shall not exceed $2M. The majority of the projects are anticipated to be within $150,000 and $500,000. 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 25 January 2011 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. Responses are desired from firms who can demonstrate recent and relevant experience and past performance in performing compliance and HM/HW Management Services in Europe, but expressions of interests will be accepted from all interested parties. Offerors shall determine whether performance requires registration with German and Italian authorities or authorization to do business in Germany, Italy, and other countries 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 Point of Contacts for this solicitation will be as follows: Primary POC - Contract Specialist, Ms. Pamela R. Richmond; Email address - pamela.r.richmond@usace.army.mil Telephone No - +49 (0) 611 9744-2833. Contracting Officer, Ms. Nora L. Cherry; Email address - Nora.L.Cherry@usace.army.mil Telephone No - +49 (0) 611 9744-2218. 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-11-R-0023/listing.html)
 
Place of Performance
Address: USACE District, Europe CMR 410 BOX 7, APO AE
Zip Code: 09096
 
Record
SN02344081-W 20101216/101214234615-193a7073a99fd0587d8f261791e4a5df (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.