MODIFICATION
C -- ESG - Carolina Performance Based Remeditation (PBR) FA8903-12-R-0031 - Revised SOO Enclosure 2 - SOO dated 20 Feb 13 - Questions and Answers
- Notice Date
- 3/14/2013
- Notice Type
- Modification/Amendment
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ESG - Enterprise Sourcing Group, Building 1, 1940 Allbrook Dr, Wright Patterson AFB, Ohio, 45433-5006, United States
- ZIP Code
- 45433-5006
- Solicitation Number
- FA8903-12-R-0031
- Archive Date
- 5/1/2013
- Point of Contact
- Leticia Walton, Phone: 210-395-8196, Diana L. Taylor, Phone: 210-395-8195
- E-Mail Address
-
leticia.walton@us.af.mil, diana.taylor.2@us.af.mil
(leticia.walton@us.af.mil, diana.taylor.2@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Please see the Q&A and provide any further questions by the Q&A deadline of Monday 18 Mar 13. This SOO supercedes the SOO dated 5 Feb 13 Please see revised SOO Enclosure 2 The 772d Enterprise Sourcing Squadron, Base Realignment and Closure Branch (772 ESS/PKJ), JBSA-Lackland AFB, TX 78236-9861, is issuing a Request for Proposal (RFP) for the Carolina Group PBR requirement. This is a major source selection for environmental cleaning in support of AFCEC and its customers on DoD installations at Joint Base Charleston- Air, South Carolina and Seymour Johnson Air Force Base, North Carolina. The Air Force is required to implement remedies as necessary to protect human health and the environment. The intent of this PBR effort is to maximize the number of Site Closeouts (SCs) or advance sites as close to SC as practicable during the Period of Performance (POP) in a cost effective manner for fifty-two (52) sites; thirty-two (32) Installation Restoration Program (IRP) sites and three (3) Military Munitions Response Program (MMRP) sites at Joint Base Charleston-Air, South Carolina and seventeen (17) IRP sites at Seymour Johnson Air Force Base, North Carolina. It is desirable to the Air Force that Life-Cycle Costs (LCC) be reduced. Source selection procedures will be followed as prescribed in FAR part 15 and FAR supplements thereto. This procurement will be solicited under a Total Small Business set-aside. The resultant contract is contemplated to be a stand-alone "C" contract with a firm-fixed-price (FFP) pricing arrangement. The Government anticipates awarding (1) contract with a ROM of $10M to $13M and a POP of 120 months. The North American Industry Classification System (NAICS) Code for this Acquisition is 562910. This is the FINAL RFP with a due date of 16 April 13 by 1400 CST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2a68752ff3837750b69659cc1267961c)
- Place of Performance
- Address: Joint Base Charleston-Air, SC and Seymour Johnson Air Force Base, NC, United States
- Record
- SN03011960-W 20130316/130314234912-2a68752ff3837750b69659cc1267961c (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 |