Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2012 FBO #3823
SOLICITATION NOTICE

F -- MULTIPLE ENVIRONMENTAL GOVERNMENT ACQUISITION (MEGA) ENVIRONMENTAL REMEDIATION SERVICES, INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD TASK ORDER CONTRACTS (MATOC)

Notice Date
5/11/2012
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
USACE District, Albuquerque, CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, NM 87109-3435
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP12R0031
 
Response Due
9/30/2012
 
Archive Date
11/29/2012
 
Point of Contact
Madeline Livermore, 505-342-3240
 
E-Mail Address
USACE District, Albuquerque
(madeline.e.livermore@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
MULTIPLE ENVIRONMENTAL GOVERNMENT ACQUISITION (MEGA) ENVIRONMENTAL REMEDIATION SERVICES, INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD TASK ORDER CONTRACTS (MATOC). Competitive 8(a) - U.S. Army Corps of Engineers (USACE) South Pacific Division, Albuquerque District Agency: Department of the Army Office: U.S. Army Corps of Engineers Location: USACE District, Albuquerque Solicitation Number: W912PP-12-R-0031 Notice Type: Presolicitation Synopsis: As part of the Multiple Environmental Government Acquisition (MEGA) Strategy, Northwestern, Southwestern and South Pacific Divisions, the U.S. Army Corps of Engineers (USACE), Albuquerque District (SPA), proposes to contract for Environmental Remediation Services (ERS), including but not limited to Department of Defense (DoD) Environmental Restoration Program (DERP); Formerly Used Defense Sites (FUDS); DoD Environmental Compliance Program, Environmental Support for Others (ESFO) Program; support to the Environmental Protection Agency (EPA) including Superfund and Brownfield Programs; Formerly Utilized Sites Remedial Action Program (FUSRAP); environmental cleanup for various military and Interagency and International Support (IIS) customers; environmental stewardship, and other environmental related regulatory programs. Offerors should note that the work procured under this contract will NOT include projects related to the USACE Military Munitions Response Program. The solicitation will be issued on or about 31 May 2012. This will be a total 8(a) Contractor Set-Aside Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC). This Request for Proposal (RFP) is available for award only for 8(a) Firms certified that have been certified by the Small Business Administration (SBA) as a small business under North American Industry Classification System (NAICS) Code 562910, Environmental Remediation Services, size standard of 500 employees. Firm fixed-price or cost reimbursement task orders will be written against the IDIQ Contract(s). This solicitation will facilitate award of up to five (5) contracts with a maximum shared capacity of $25 million. This maximum capacity may be shared between USACE Sacramento, Los Angeles and Albuquerque Districts. Based on the selection criteria, the Contracting Officer has the discretion of adjusting the number of contracts awarded or awarding none at all. Evaluation of proposals will be performed on a "trade-off best value" basis. Contracts will have a base period of three years and an option to extend the contract for an additional two-year period. The contracts awarded will include firm-fixed price and cost reimbursement features for a wide range of ERS, including but not limited to, preparation of work plans, studies with associated reports; multiple phases of field investigations, preliminary assessments (PA), site inspections (SI) and remedial site inspections, remedial investigations (RI), feasibility studies (FS), Engineering Evaluation Cost Analysis (EECA), monitoring well installation and sampling, short and long term monitoring/long term operations, engineering evaluation and corrective actions, optimization studies, ground-water modeling, geophysical surveys, remediation cost estimates, management of non-hazardous and hazardous investigative derived waste (IDW), environmental and human health risk assessments, risk based remediation, air emission issues including vapor intrusion, surface water discharge, applying for environmental permits, remedial design, well abandonment, meetings, public meeting participation, preparation of presentation material both written and visual, hydrological, sediment and soil studies, project reports, engineering support and/or design, value engineering studies, operations and maintenance for Hazardous Toxic Radioactive Waste (HTRW) sites, energy evaluation for remediation systems, remedial action plans, removal actions, construction support, site closeout/decision documents, abandoned mines program support, and future programming and scheduling support. The majority of the task orders that will be issued under this ERS contract will be to provide services related to the requirements of the Resource Conservation and Recovery Act (RCRA), the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA), the National Oil and Hazardous Substance Pollution Contingency Plan (NCP), the Clean Air Act, the Clean Water Act, and other Federal Programs in addition to State/Local specific regulations/requirements dealing with hazardous waste management/disposal, radioactive waste/missed waste management/disposal, and with Underground Storage Tanks (USTs), and other fuels related issues. Remedial actions may address both regulated and non-regulated toxic substances. Incidental construction will also be included in the ERS contracts. Construction activities may be incidental to the ERS work. Proposal Evaluation: Technical proposals will be evaluated for technical merit and rated on an adjectival basis. Major evaluation areas of each offeror's proposal, in descending order of importance, include: Technical Requirements (Previous Experience, Resumes of Key Personnel, Organizational Structure, Response to Sample Problem); Performance Risk/Past Performance; and Corporate Plans, Practices, and Procedures; and Cost/Pricing which will also be evaluated. All non-price factors/sub-factors combined are significantly more important than cost/price. Offerors: Please be advised of on-line registration requirement in Central Contractor Registration (CCR) database http://www.ccr.gov/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications (ORCA) at http://orca.bpn.gov. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective for one year from date of submission or update to ORCA. After May 29, 2012, please see the System for Award Management (SAM), www.sam.gov, for all of the aforementioned registrations. There are no drawings associated with this Request for Proposal. Copies of this solicitation are available by INTERNET ACCESS ONLY. Notification of amendments shall be made via Internet only, as well. It is therefore the Contractor's responsibility to check the following address daily for any posted changes to this solicitation. For security reasons, all technical and engineering data related to this solicitation will be distributed using the Federal Business Opportunity (FBO) system, at www.fbo.gov. FBO is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested Offerors MUST register with FBO or they will not be able to download information from the site. Registration instructions can be found on the FBO website at www.fbo.gov by clicking on the Register Now hyperlink. Contractors registered with FBO may view and/or download this solicitation and all amendments from the Internet AFTER SOLICITATION ISSUANCE. All Offerors are encouraged to visit the Armys Single Face to Industry Website at https://acquisition.army.mil/asfi to view other business opportunities. Offerors are encouraged to post notices of prospective subcontracting opportunities on the FBO website. Compact Disks will NOT be sent out. An Interested Parties List is available on the FBO website. Instructions to access technical data, Instructions to access an Interested Parties List on FBO, step by step instructions and the associate software required (viewers) to view the project plans and specifications can be accessed on the Omaha District Contracting Division web page (https://www.nwo.usace.army.mil/html/ct-m/webpage.htm). All amendments will be posted to FBO. It shall be the contractor's responsibility to check the website for any amendments. Interested parties are reminded that they are responsible for checking on new information posted to FBO. The technical point of contact for this project is Mr. Mike Goodrich, Project Manager, who can be reached by email at: Michael.T.Goodrich@usace.army.mil or phone at 505-343-6290. Contracting Office Address: USACE Albuquerque District, 4101 Jefferson Plaza NE, Albuquerque, NM 87109. Place of Performance: USACE, South Pacific Division Point of Contact(s): Michael Goodrich, 505-342-6290
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/W912PP12R0031/listing.html)
 
Place of Performance
Address: USACE District, Albuquerque CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque NM
Zip Code: 87109-3435
 
Record
SN02746331-W 20120513/120511235829-dc67f31396025f20d8299a2d22532e38 (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.