SPECIAL NOTICE
S -- THIS IS A SPECIAL NOTICE REQUESTING INDUSTRY REVIEW & COMMENTS FOR PLANNING PURPOSES AND INCLUDES THE DRAFT PERFORMANCE WORK STATEMENT (PWS); DRAFT ENC 1, SITE LIST; AND DRAFT ENC 2, SITE DOCUMENT LISTING; AND ACCESS INSTRUCTIONS TO GFI
- Notice Date
- 3/12/2014
- Notice Type
- Special Notice
- NAICS
- 562910
— Remediation Services
- Contracting Office
- USACE District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
- ZIP Code
- 74128-4609
- Solicitation Number
- W912BV14S1000
- Archive Date
- 3/12/2015
- Point of Contact
- Brenda Anderson, 918-669-7274
- E-Mail Address
-
USACE District, Tulsa
(Brenda.K.Anderson@swt03.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SPECIAL NOTICE REQUESTING INDUSTRY REVIEW AND COMMENTS FOR PLANNING PURPOSES AND INCLUDES THE DRAFT PERFORMANCE WORK STATEMENT (PWS); DRAFT PWS ENCLOSURE 1, SITE LIST; AND DRAFT PWS ENCLOSURE 2, SITE DOCUMENT LISTING; AND ACCESS INSTRUCTIONS TO GFI. THIS IS NOT AN INVITATION FOR BID (IFB)] OR A REQUEST FOR PROPOSAL (RFP). PLEASE DO NOT SUBMIT A PROPOSAL OR COMPANY QUALIFICATION/INFORMATION. This Special Notice is being issued for the purpose of soliciting industry review and comment on the Draft PWS, ITOs, Evaluation Factors, and advance disseminate GFI to potential offerors of the Government's requirement for a Performance-based Remediation (PBR) effort at Joint Base McGuire- Dix-Lakehurst (JB MDL), New Jersey. This Special Notice is to provide information for early planning and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. There is no entitlement to payment by the Government of direct or indirect costs or charges that arise as a result of the provision of this information. Note that official information concerning this Special Notice will be provided by the Contracting Officer only. GENERAL INFORMATION: The US Army Corps of Engineers (USACE), Tulsa District in conjunction with the Air Force Civil Engineer Center (AFCEC), at Lackland AFB, TX, is contemplating a performance-based approach for Site Closeout (SC) involving remedial action efforts to include engineering, restoration, and remedial construction services at approximately one hundred ten (110) Installation Restoration Program (IRP) sites at JB MDL, NJ. This effort is a validated FY2014 requirement; however, funds are not currently available. The Government reserves the right to cancel this requirement at any time. Should the Air Force determine to proceed with this requirement, it will be procured using FAR Part 15 procedures and will result in a Firm-Fixed-Price (FFP) performance based, quote mark C quote mark type contract. The requirement would be issued as an Unrestricted (i.e., no set-aside) acquisition with a Request for Proposal (RFP) being finalized and posted to FedBizOpps at a later date. A Request for Proposal is NOT being issued as a result of this Special Notice and has not been issued to-date. PROJECT NARRATIVE: The USACE, Tulsa District is considering a performance based approach for SC involving remedial action efforts at JB MDL, NJ. Performance-Based Remediation (PBR) emphasizes results in terms of environmental clean-up for an entire installation (fence-to-fence), or group of installations, in lieu of a study-based approach. The PBR approach looks for technically and cost-effective methods for achieving this clean-up by focusing on achievement of desired objectives without specifying the processes or technologies for obtaining those objectives. The PBR initiative has an overarching goal to implement remedies as necessary to protect human health and the environment that maximizes the number of SCs or advance sites as close to SC as practicable during the Period of Performance (PoP) in a cost effective manner. It is desirable to the Government that Life-Cycle Costs (LCC) be reduced. If SC with no new institutional controls is not obtainable within the PoP of this effort, the Contractor shall outline the Optimization Exit Strategy (OES) that will be implemented to accomplish SC. The successful contractor shall perform all necessary environmental construction and engineering activities as required to meet the performance objectives of the Draft /Final PWS. The period of performance (PoP) - if all target CLIN/SUBCLIN options are executed - is estimated at 120 months from date of award. The following information is provided in the single PDF document to assist potential offerors in planning for this requirement: DRAFT Performance Work Statement (PWS), dated 7 March 2014; DRAFT PWS Enclosure 1, Site List, dated 7 Mar 2014; DRAFT PWS Enclosure 2, Site Document Listing, dated 28 Feb 2014; Industry is invited, but not required, to submit any comments relative to the clarity and content of the PWS and its attachments or the GFI to the USACE POC identified below. Comments are requested to be provided no later than 11 April 2014. The government will not provide responses to any comments received. GOVERNMENT FURNISHED INFORMATION (GFI): The government has consolidated all currently available GFI (over 6,000 documents - approximately 32GB) that comprise the JB MDL Administrative Record. Due to the volume of available site documentation, the government will only provide the electronic GFI database via download to contractor-provided external hard drives. To ensure receipt of GFI in a timely fashion it is important to adhere to the following instructions: 1. Contractor must notify the contracting POC identified below via email that they are requesting GFI and provide a company POC. 2) Contractor will arrange delivery of a suitable UNOPENED AND SEALED external hard drive to the USACE POC identified below. Due to network security reasons, the government will not accept an open or unsealed hard drive package for downloading GFI. 3) Contractor must provide with the hard drive their return delivery instructions via the same carrier (e.g. FEDEX). GFI may be requested and hard drives submitted at any time during the time period of this Special Notice. Additional information is available on the AFCEC PBRShare Google Documents Information Repository: https://drive.google.com/folderview?id=0ByQK_Tqp86LwZ041MkktSlRwT3c&usp=shar GOVERNMENT POINTS OF CONTACT FOR THIS SPECIAL NOTICE: 1) Notification of Request for GFI and submission of industry comments should be emailed directly to: Ms. Brenda Anderson, USACE Contracting Specialist (brenda.k.anderson@usace.army.mil) 2) Contractor external hard drives should be shipped to the attention of: U.S. Army Corps of Engineers, Tulsa District Attn: Susan Trussell (918-669-7046) or Tyler Jones (918-669-7072), Environmental Branch 1645 South 101st East Avenue, 5th Floor Tulsa, OK 74128
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV14S1000/listing.html)
- Record
- SN03308980-W 20140314/140312235142-0c793137fe35ead3d2bebf33db746a6d (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 |