SOLICITATION NOTICE
F -- Synopsis for Environmental Engineering Professional and Technical Support Services (EEPTSS) for the Army National Guard (ARNG) and Air National Guard (ANG) Bureau Environmental Branches
- Notice Date
- 2/17/2012
- Notice Type
- Presolicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- National Guard Bureau, Environmental/Air Acquisition Division, ATTN: NGB-RCS-BO, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231
- ZIP Code
- 22202-3231
- Solicitation Number
- W9133L-11-R-0001
- Response Due
- 3/2/2012
- Archive Date
- 5/1/2012
- Point of Contact
- Joshua Blow, 7036071220
- E-Mail Address
-
National Guard Bureau, Environmental/Air Acquisition Division
(joshua.a.blow@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The ARNG and ANG Environmental branches are acquiring a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract for Environmental Engineering Professional and Technical Support Services (EEPTSS). The contracts will envelope the full range of EETPSS services under North American Industry Classification System (NAICS) code 562910 (small business size standard is 500 employees (see U.S. Small Business Administration table of size standards page 42 Note 14)), Environmental Remediation Services. The Government's intention is to set-aside task orders for the Natural and Cultural Resources Program and task orders involving other program areas applicable to the Statement of Work (SOW) in accordance with the Small Business Jobs Act. The full range of environmental services includes, but is not limited to, restoration, cleanup, environmental quality activities, planning, natural and cultural resources and natural infrastructure. The current structure for the ARNG and ANG program consists of three main branch areas which are Compliance, Training and Infrastructure and Cleanup and Restoration. The three branches of environmental services include, but are not limited to: restoration, cleanup, environmental quality activities, planning, natural and cultural resources, and natural infrastructure. The current strategy anticipates a firm fixed price multi-award IDIQ contract to at least six (6) businesses with a minimum of two (2) of the 6 contracts reserved for small businesses under the full scope EEPTSS award. The Government reserves the right to award more than six (6) contracts on an unrestricted basis, as determined by the Source Selection Authority (SSA). The Government intends to evaluate proposals and award contracts without discussions, but reserves the right to award with discussions if the Contracting Officer later determines them to be necessary. Therefore, initial proposals should contain the offerors best terms from a technical and cost standpoint. The award period of performance will cover one (1) base year of 12 months and two (2) optional years of 12 months each, for a total of three (3) years. This synopsis is not a request for proposal (RFP). The solicitation requirements and other documents to include instructions for submission and the response date for proposals will be available on or about 2 MAR 2012. Requests for hard copies of the forthcoming solicitation will not be accepted. The Government will hold a pre-proposal conference. The solicitation will only be available online. No bidder mailing list will be maintained. In order to download the solicitation offerors must access the Federal Business Opportunities website (www.fbo.gov). All responsible parties who are registered with Central Contractor Registration (CCR) may submit a proposal, which will be considered. All Offerors MUST be registered in the CCR database. Offerors may obtain information on registration and annual confirmation requirements via the Internet at https://www.bpn.gov/ccr/default.aspx or by calling 1-888-227-2423 or 269-961-5757. Online Representations and Certifications Applications (ORCA) apply to this solicitation and can be completed via the Internet at http://orca.bpn.gov. All questions MUST be submitted to ngbaqe.contracting@ng.army.mil. Questions will not accepted by phone, fax, or any other method. NOTE*** Actual Place of Performance may be within the United States and any of its territories which will be specified by each individual Task Order Statement of Objectives/Work.***
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA92/W9133L-11-R-0001/listing.html)
- Place of Performance
- Address: National Guard Bureau, Environmental/Air Acquisition Division ATTN: NGB-RCS-BO, 111 South George Mason Drive Arlington VA
- Zip Code: 22204-1373
- Zip Code: 22204-1373
- Record
- SN02678246-W 20120219/120217234608-5c72d35e89a489525e0ccda21fc15ea5 (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 |