MODIFICATION
F -- RI/FS/RA EPA Support Leviathan Mine SATOC
- Notice Date
- 1/31/2017
- Notice Type
- Modification/Amendment
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
- ZIP Code
- 95814
- Solicitation Number
- W91238-16-R-0053
- Archive Date
- 2/9/2017
- Point of Contact
- Donald C. Sumner, Phone: 9165576752
- E-Mail Address
-
donald.sumner@usace.army.mil
(donald.sumner@usace.army.mil)
- Small Business Set-Aside
- Woman Owned Small Business
- Description
- Synopsis: Solicitation: W91238-16-R-0053 Contracting Office: US Army Corps of Engineers Sacramento District: CESPK-CT-E 1325 J Street Sacramento CA 95814-2922 Contract Specialist: Donald Sumner Email: Donald.Sumner@usace.army.mil Set-Aside: 100% Women Owned Small Business NAICS Code: 541620- Environmental Consulting Services PSC Code: F999- Other Environmental Services Description: The U.S. Army Corps of Engineers, Sacramento District is issuing this announcement for a Single Award Task Order Contract (SATOC) base contract set up and seed Task Order for EPA Mine Sites RI/FS/RA Support Contract to provide the U.S. Army Corps of Engineers Sacramento District (USACE) with the capability to execute Mine Investigation, Restoration oversight, and Technical Support at the Leviathan Mine Site in Alpine County, California. Please review the Statement of Work contained in Solicitation W91238-16-R-0053 which shall be issued electronically in accordance with FAR 4.502 and 5.102. Vendors wishing an electronic copy may download it from www.fbo.gov on or about 8 February 2017 (changed from 30 January). Award Determination: The contract will be awarded to the responsive and responsible women owned small business determined to be the most advantageous to the Government as a Best Value Trade-off. Factors that will be considered include: Base Contract- Technical Experience and Approach, Key Personnel Experience and Qualifications, Project Experience and Past Performance; Task Order- Technical Approach and QC/QA Plan Management; and Price- Base Contract and Task Order, with the following relationship between each factor: the Technical factors, when combined, are significantly more important than Price. Past Performance: The Government will evaluate past performance information to assess the offeror's likelihood of success in performing the requirements stated in the solicitation. Currency and relevance of the information (as determined by the Government), the source of the information, content of the data and general trends in the contractor's performance may be considered. Price: The proposed price will be evaluated for whether it is reasonable for the work to be performed, reflects a clear understanding of the requirements and is consistent with the requirements of the solicitation. Synopsis Date: 13 January 2017 Solicitation Issue Date: 8 February 2017 (changed from 30 January) Quotation Due Date: 10 March 2017 (changed from 1 March) Solicitation: This solicitation shall not be issued in a hard copy format. All prospective vendors are required to register at the System for Award Management website, (www.sam.gov). The Federal government cannot award a contract to any vendors not listed in SAM.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-16-R-0053/listing.html)
- Place of Performance
- Address: Leviathan Mine Site, Alpine County, California, 96133, United States
- Zip Code: 96133
- Zip Code: 96133
- Record
- SN04385905-W 20170202/170131234345-da2edbca2b30bfe30398505e23483ae1 (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 |