SOLICITATION NOTICE
99 -- NOTICE OF INTENT TO ISSUE A SOLE SOURCE MODIFICATION TO THE EXISTING MULTIPLE AWARD TASK ORDER CONTRACTS (MATOCS).
- Notice Date
- 7/25/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
- ZIP Code
- 35807-4301
- Solicitation Number
- W912DY-14-R-WERS
- Response Due
- 8/11/2014
- Archive Date
- 9/23/2014
- Point of Contact
- Nanette P. Hill, 256-895-2539
- E-Mail Address
-
USACE HNC, Huntsville
(nanette.p.hill@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 1. NOTICE OF INTENT: The U.S. Army Engineering and Support Center in Huntsvillle (CEHNC), Alabama intends to issue a sole source modification to the existing World Wide Environmental Remediation Services (WERS), Unrestricted Suite of Multiple Award Task Order Contracts (MATOCs) under the authority of Federal Acquisition Regulation 6.302-1 to increase the capacity of the current contracts and to extend the ordering period of the MATOC until 19 September 2017 due to mission critical requirements. In accordance with DFARS 217.204 (e)(i)(A)(C), the task order or ordering period may be extended IAW an option or modification beyond 5 years (but no more than 10 years unless the ASA(ALT) determines that exceptional circumstances apply). Further, IAW AFARS 5117.204 (e) the Principal Assistant Responsible for Contracting (PARC) may approve use of options that extend contracts beyond the five-year regulatory limit. quote mark On 9 April 2014, USACE PARC-Winchester approved a Determinations and Finding memorandum IAW DFARS 217.204, authorizing an extension of the current 5 year MATOC ordering period from 20 September 2014 to 19 September 2017. The MATOC was originally competed when initial awards were made and task orders are competed once requirements are defined IAW FAR Part 16. The award of the modification to increase capacity and to extend the ordering period of the ID/IQ MATOCs is anticipated to occur in August 2014. The capacity increase will be good for the remaining option periods of the MATOCs, including the option available under the clause FAR 52.217-8, Option to Extend Services, and for any approved extension of the ordering period. The needed programmatic value increase for the ID/IQ MATOC WERS Unrestricted Suite is $750M. The contracts included in the MATOC pool consist of eight (8) large business contractors, namely: Contract Number:Award Date:Contractor: W912DY-09-D-006209/17/2009Parsons Infrastructure and Tech Group, Inc. W912DY-10-D-001312/16/2009Environmental Chemical Corporation W912DY-10-D-001412/16/2009Shaw Environmental Group, Inc. W912DY-10-D-001512/16/2009Tetra Tech Environmental Corporation, Inc. W912DY-10-D-001602/17/2010EOD Technology, Inc. W912DY-09-D-006009/17/2009CH2M Hill W912DY-09-D-006109/17/2009URS W912DY-09-D-005909/18/2009AECOM The purpose of notice is to publicize the Government's intent for a sole source action under the MATOC listed above and to determine interest and capability available to perform the services described herein. Interested sources should respond to the questions presented within this announcement in order to facilitate the Government's market research efforts. The Government will consider all responses and determine the strategy for this acquisition. The Government does not intent to rank submittals or provide any reply to interested firms. 2. The mission of the Unrestricted Suite WERS MATOC is to safely locate, identify, recover, evaluate, manage and make final disposition of Munitions and Explosives of Concern (MEC), other munitions, Munitions Constituents (MC), Chemical Warfare Materiel (CWM), and Hazardous, Toxic and Radiological Waste (HTRW) at various currently and formerly used defense sites, property adjoining currently and formerly used defense sites, other federally controlled/owned sites, as well as sites in foreign jurisdictions. Work performed under this contract may include project planning; assessments; inspections; surveys; investigations; studies, engineering evaluations; cost analyses; remedial or removal actions; spill response, recovery, storage, and disposal of MEC, MC, CWM, HTRW, medical waste and/or contaminated media; monitoring; data management; training; permitting; public involvement; and logistical; medical; and security support. In addition, for Other Munitions Response Services (OMRS) the work may also include anomaly avoidance, construction support, range clearance, non-DoD ammunition depot management, post-battlefield munitions clearance, demining operations, booby trap clearance in non-combat situations, and disablement and cleanup of unconventional explosive devices. These services are provided in the continental United States (CONUS) and outside the continental United States (OCONUS). The North American Industry Classification System (NAICS) code for these services is 562910 - Environmental Remediation Services. 3. Submission Requirements: This special notice announcement is open for responses from both small and large businesses. The Government is seeking to identify qualified sources either singularly or as part of an assembled team under NAICS code 562910. Interested firms should submit a document describing relevant, demonstrated experience and qualifications in response to the questionnaire below. Submissions should be sent via email to Nanette.P.Hill@usace.army.mil and Suzanne.Wear@usace.army.mil no later than 11 August 2014 in the following format: Submissions should not exceed ten - 8.5 x 11 inch pages. The submission should address all questions in the sources sought questionnaire below and your firm's ability to perform the services. This intent to award is for market research only and is not a Request for Proposal (RFP) nor does it restrict the Government to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. No hard copy or facsimile submissions will be accepted. Cover letters and extraneous materials (brochures, etc) will not be considered. Questions concerning submissions should be directed to Ms. Suzanne M. Wear, Contracting Officer at Suzanne.Wear@usace.army.mil. Personal visits for the purpose of discussing this announcement will not be scheduled. Emails or phone calls requesting personal visits will not receive a reply. CAPABILITIES QUESTIONNAIRE: 1. What is the name of your firm? 2. What is your business address? 3. Identify a responsible point of contact who can be contacted regarding your response, his/her phone number, and email address. 4. Is your firm a large business, small business, certified 8(a) business, certified HUBZone business, woman-owned small business, and/or service-disabled veteran owned small business? (Specify all that apply.) 5. What is your firm's level of experience in the following areas? a. Performing and/or managing WERS services as outlined in paragraph 2. (For each item listed, provide your status as either a prime, subcontractor, or in a teaming arrangement.) b. Describe experience related to WERS services in project planning; assessments; inspections; surveys; investigations;, studies, engineering evaluations; cost analyses; remedial or removal actions; spill response, recovery, storage, and disposal of MEC, MC, CWM, and HTRW, medical waste and/or contaminated media; monitoring; data management; training; permitting' public involvement; and logistical; medical; and security support. In addition, any experience with anomaly avoidance, construction support, range clearance, non-DoD ammunition depot management, post-battlefield munitions clearance, demining operations, booby trap clearance in non-combat situations, and disablement and cleanup of unconventional explosive devices. c. Providing quality assurance over required effort. 6. Has your firm performed on any relevant projects in the last five years? If so, provide a brief summary of each project to include the point of contact, services provided, dollar value, location, and size of the facility (approximate area in square feet). 7. Is your firm capable of performing in all geographical areas listed in paragraph 2 of this announcement? If not, indicate the geographical areas where your firm can or cannot perform.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-14-R-WERS/listing.html)
- Place of Performance
- Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
- Zip Code: 35807-4301
- Zip Code: 35807-4301
- Record
- SN03437910-W 20140727/140725234411-babb3512c47c26f0e87e3540e948abdd (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 |