SOLICITATION NOTICE
C -- Response Action Contract III (RAC3)
- Notice Date
- 8/17/2011
- Notice Type
- Presolicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Environmental Protection Agency, Office of Acquisition Management, Region IX, 75 Hawthrone Street, Mail Code MTS 4-3, San Francisco, California, 94105
- ZIP Code
- 94105
- Solicitation Number
- SOL-S9-11-RAC3
- Point of Contact
- Zachary Q. Slater, , Alexander Kramer,
- E-Mail Address
-
slater.zachary@epa.gov, Kramer.Alexander@epa.gov
(slater.zachary@epa.gov, Kramer.Alexander@epa.gov)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Environmental Protection Agency (EPA) will be soliciting for professional architect and engineering services to support remedial planning and oversight activities in Region 9 which includes California, Nevada, Arizona, Hawaii, Guam, American Samoa, the Territories in the Pacific and Tribal Land. It is anticipated that Region 8 will be included in one of the four (4) resulting contracts (further explained below). The specific services include site management; remedial investigation feasibility studies; engineering services to design remedial actions; engineering evaluation and cost analysis for non-time critical removal actions; construction management for implementing remedial actions and non-time critical removal actions, including issuing and managing subcontracts for construction of the selected remedy and engineering services in overseeing construction; enforcement support, including oversight of remedial investigations/feasibility studies, remedial design and remedial action, and negotiation support; and other technical assistance, including community relations, sampling and sample analysis, and pre-design investigations. Services may include supporting EPA's coordination and oversight of remedial actions where these services are performed by a state, the U.S. Army Corps of Engineers, or potential responsible parties identified in enforcement actions. The North American Industry Classification System Code (NAICS) is 562910 with a small business size standard of 500 employees. This procurement envisions the award of four (4) Response Action Contracts (RACs): two (2) under full and open competition and two (2) under small business set-aside. One (1) of the set-aside awards will be specifically for mine related sites for Region 9 and it is anticipated to include Regions 8 which includes Colorado, Utah, Wyoming, Montana, North Dakota and South Dakota. All of the contracts will be fixed rate, Indefinite Delivery/ Indefinite Quantity (IDIQ) award term contracts with a base period and multiple award term periods, for a potential total period of ten (10) years. Work will be issued by task orders. The total estimated value of each of the proposed four (4) contracts, including award terms, will be included with the request for SF 330s to be posted. The contracts will be awarded in accordance with the FAR Part 36 Brooks Act procurement procedures. Separate requests for SF 330s will be issued and posted for each individual procurement with the necessary instructions for each respective action. The announcements, and resulting contracts, will be issued in phases. It is anticipated that phase one (1) will announce one (1) full and open and one (1) set-aside to be announced during the 4th quarter of FY 2011. Phase two (2) will consist of one (1) full and open and one (1) set-aside to be announced between the 1st or 2nd quarter of FY 2012. The set-aside procurement in phase 2 will be a RAC contract specifically for mine related sites, however mine related sites are not excluded from the other three (3) RAC contracts. The EPA will not award more than one (1) contract to any one prime contractor. There is no restriction for team subcontracting. Joint ventures, or any other type of agreement where two (2) firms are equal partners, will be subject to the same restrictions above. For example, if a firm is selected for award as a prime contractor they will not be eligible for award if they are a part of a joint venture or other formal partnering agreement on any of the other procurements. There will be a pre-proposal conference via Webinar. Information regarding the conference will be posted on EPA's web site at: http://www.epa.gov/oam/regions/index.htm#solam with the announcements requesting SF 330s for phase 1. All questions related to this acquisition must be forwarded electronically to Zachary Slater and/or Alexander Kramer. The Placement Contract Specialist for this procurement is Zachary Slater and can be reached at slater.zachary@epa.gov. The Placement Contracting Officer for this procurement is Alexander Kramer and can be reached at kramer.alexander@epa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/RegIX/SOL-S9-11-RAC3/listing.html)
- Place of Performance
- Address: Region 9 which includes California, Nevada, Arizona, Hawaii, Guam, American Samoa, the Territories in the Pacific and Tribal Land., United States
- Record
- SN02538660-W 20110819/110818000131-f0077e31764d2829db8b57bc84ecfc16 (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 |