SOLICITATION NOTICE
S -- Advance Contracting Initiative (ACI), Indefinite Delivery/Indefinite Quantity (IDIQ), Single Award Task Order Contract (SATOC) for Debris Management Services within USACE's Northwestern Division's Area of Responsibility (AOR)
- Notice Date
- 1/16/2015
- Notice Type
- Presolicitation
- NAICS
- 562119
— Other Waste Collection
- Contracting Office
- USACE District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
- ZIP Code
- 70160-0267
- Solicitation Number
- W912P815R0009
- Response Due
- 2/2/2015
- Archive Date
- 3/17/2015
- Point of Contact
- Elaine Gray-Frasure, 504-862-1395
- E-Mail Address
-
USACE District, New Orleans
(elaine.s.gray-frasure@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 1. DESCRIPTION OF SERVICES: The USACE, New Orleans District seeks to award one SATOC for Debris Management Services within USACE's Northwestern Division's Area of Responsibility. The ACI SATOC Contractor shall provide equipment, operators, and laborers for debris management services which includes, but is not limited to, segregation, removal, hauling, disposal, and structural demolition on public, commercial, and private property as specific by the Government. Debris is defined as materials originating from the effects of any natural or man-made catastrophe or major disaster. Materials included are of both man-made and natural origins, and may include hazardous/toxic/radiological wastes (HTRW). Man-made debris, construction/ demolition (C&D) materials includes, but are not limited to: lumber, concrete, asphalt, masonry, metals, and plastics. Debris of natural origins, includes, but are not limited to: all vegetative debris (grass, shrubs, stumps, and trees - including trees on houses when specified by task order) and slide materials (clay, sand, gravel, rock, residual solids) and earth collected with the debris while loading trucks. Screening of debris may be required to remove earthen material prior to reduction. 2. CONTRACT INFORMATION: The resulting contract will be a Firm Fixed- Price Indefinite Delivery/Indefinite Quantity Requirements type contract. One (1) contract award shall be made, consisting of a five year base period. The minimum guaranteed amount for base period is $10,000.00. The contract ceiling amount is $40,000,000.00 or 5 years in duration, whichever comes first. Work will be issued by negotiated firm fixed- price task orders not to exceed the contract ceiling amount. North American Industrial Classification System Code is 562119, which has a size standard of $38,500,000.00 in average annual receipts. This announcement is set-aside for Small Business firms. Award is anticipated on or about 31 March 2015. 3. PLACE OF PERFORMANCE: Kansas, Missouri, Nebraska, Colorado, Montana, South Dakota, Wyoming, Idaho, Oregon and Washington. These States come under USACE's Northwestern Division's (NWD) area of responsibility (AOR). 4 CONTACT INFORMATION: Please forward any questions via e-mail to: Elaine Gray-Frasure at elaine.s.gray-frasure@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA29/W912P815R0009/listing.html)
- Place of Performance
- Address: USACE District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
- Zip Code: 70160-0267
- Zip Code: 70160-0267
- Record
- SN03619097-W 20150118/150116234825-5bf7bdf86c29b024bb4edca262d73734 (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 |