SOLICITATION NOTICE
F -- MULTIPLE ENVIRONMENTAL GOVERNMENT ACQUISITION (MEGA) ENVIRONMENTAL REMEDIATION SERVICE, INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD TASK ORDER CONTRACTS (MATOC)
- Notice Date
- 11/30/2012
- Notice Type
- Presolicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- USACE District, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
- ZIP Code
- 90053-2325
- Solicitation Number
- W912PL-13-R-0005
- Response Due
- 3/11/2013
- Archive Date
- 1/29/2013
- Point of Contact
- Pat Bonilla, (213)452-3255
- E-Mail Address
-
USACE District, Los Angeles
(patricia.b.bonilla@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- As part of the Multiple Environmental Government Acquisition (MEGA) Strategy, Northwestern, Southwestern, and South Pacific Divisions, the U.S. Army Corps of Engineers (USACE), Los Angeles District (SPL), proposes to contract for Environmental Remediation Services (ERS), including but not limited to, Department of Defense Environmental Restoration Program (DERP); Formerly Used Defense Sites (FUDS); DoD Environmental Compliance Program, Environmental Support for Others (ESFO) Program; support to the U.S. Environmental Protection Agency (USEPA) including Superfund and Brownfield Programs; environmental cleanup for various military and Interagency and International Support (IIS) customers; environmental stewardship, and other environmental related regulatory programs. This will be an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for ERS under NAICS Code 562910. Firm-fixed price and cost reimbursement task orders may be written against the IDIQ Contract(s). This solicitation will facilitate award up to five (5) contracts with a maximum shared capacity of $75 million between Sacramento, Albuquerque, and Los Angeles 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 quote mark trade-off best value quote mark basis. This acquisition is a total Small Business Set-Aside. The ordering period period of performance for each contract will include a base period of three (3) years and an option to extend the contract for an additional two (2) year period or until the $75 million shared contract limit is reached, whichever comes first. Total length of the contract, including the option period, if exercised, will not exceed five (5) years from the date of contract award. Option period shall be exercised at the discretion of the Government before expiration of the base period. Task orders will be issued as the need arises during the contract ordering period. Task orders under this contract will be in support of existing and future USACE customers of the Districts within the South Pacific Division of the U.S. Army Corps of Engineers. Task orders will be issued as firm-fixed price (FFP) or cost-reimbursable (CR) based on the requirements of the Scope of Work (SOW) or Performance Work Statement (PWS) at various known or suspected Hazardous, Toxic, and Radioactive Waste (HTRW) sites. Services may include, but are not limited to, the control of environmental contamination from pollutants, toxic substances, radioactive materials, and hazardous materials. Services that may be required in an ERS task order include, but are not limited to: preparation of work plans; studies with associated reports; multiple phases of field investigations; preliminary assessments (PA); site investigations (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 (LTM/LTO) or Long Term Response Action (LTRA); data management; data interpretation; engineering evaluation and corrective actions; optimization studies; groundwater 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 (O&M) for HTRW sites; energy evaluations for remediation systems; remedial action plans; remedial actions; removal action plans; removal actions; construction support; site closeout/decision documents, abandoned mines program support, and future project programming and scheduling support. Remedial action activities could include, but are not limited to the following: air sparging; soil vapor extraction; bioremediation; asbestos and lead-based paint remediation; radon abatement; landfill capping and collection systems; building remediation and demolition; sediment remediation; air discharge systems; groundwater extraction and injection systems; air stripping; carbon adsorption; groundwater treatment systems; incineration of soils; low-temperature thermal desorption; mixed water disposal; solidification of contaminated matter; soil washing; or any in-situ or on-site treatment methods. The majority of the task orders that will be issued under this contract will be to provide services related to requirements of the Resource Conservation and Recovery Act (RCRA), the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA), the National Oil and Hazardous Substances Pollution Contingency Plan (NCP), the Clean Water Act, the Clean Air Act, and other related Federal Programs in addition to State/Local specific regulations/requirements dealing with hazardous waste management/disposal, radioactive waste/mixed 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. However, construction activities must be incidental to the ERS work. Proposal Evaluation: Technical proposals will be evaluated for technical merit and rated on an adjectival basis. Technical evaluation areas for proposals are; past performance, compliance with solicitation requirements, technical excellence, management capability, personnel qualifications and prior experience. Cost/price evaluation will also be performed under this acquisition. For this acquisition, all non-cost/price factors/subfactors combined are significantly more important than cost/price. The solicitation will be issued on or about 15 January 2013, available only through the Internet FBO website at www.fbo.gov. No paper copies or CD's will be made available. Notification of amendments to this solicitation shall be made available via Internet at www.fbo.gov only. It is therefore the offeror's responsibility to check the website frequently for changes to this solicitation. List of Interested Parties (formerly known as Plan Holders List is available on the FBO website as well. Registration instructions and other information regarding the FBO website is only available at www.fbo.gov To be eligible to receive an award under this RFP solicitation, all offerors must be SAM-registered at www.sam.gov. Offerors are encouraged to view and comply with the provision FAR 52.204-99, entitled, quote mark System for Award Management Registration (August 2012) (Deviation) quote mark available at www.acquisition.gov in order to be eligible for award under this solicitation. The Contract Specialist point of contact for this project is Patricia B. Bonilla who can be reached by email: Patricia.B.Bonilla@usace.army.mil or phone at 213-452-3255. The technical point of contact for this project is Mr. Thad Fukushige who can be reached by email at: Thad.T.Fukushige@usace.army.mil or phone at 626-401-4048.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-13-R-0005/listing.html)
- Place of Performance
- Address: USACE District, Los Angeles P.O. Box 532711, Los Angeles CA
- Zip Code: 90053-2325
- Zip Code: 90053-2325
- Record
- SN02939865-W 20121202/121130234022-8e1091eed1b66d1d500dbeee1dd09002 (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 |