Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 17, 2018 FBO #5958
MODIFICATION

Z -- NWD Regional Hazardous Material Abatement MATOC

Notice Date
3/15/2018
 
Notice Type
Modification/Amendment
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Walla Walla, Attn: CENWW-CT, 201 North 3rd Avenue, Walla Walla, Washington, 99362-1876, United States
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-18R0015
 
Archive Date
4/6/2018
 
Point of Contact
Kent R. Bernard, Phone: 5095277205
 
E-Mail Address
kent.r.bernard@usace.army.mil
(kent.r.bernard@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Northwestern Division of the U.S. Army Corps of Engineers has a requirement for hazardous material abatement across the facilities within the division's boundaries. The work covered in this contract includes, but are not limited to, survey, testing, containment, sustainment, modernization, removal, treatment, transportation, and disposal of existing hazardous materials on federal facilities within the Northwest Division. In addition, tasks will include removal, containment, treatment, transportation, and minor demolition and repair for non-regulated toxic substances. The majority of the work will occur on the hydroelectric facilities machinery/equipment throughout the Pacific Northwest region. The contractor shall furnish all labor, supervision, transportation, equipment, supplies, materials, services, permits, plant, labor, disposal, studies, travel, and any and all other services as required in connection with removal and disposal of asbestos, lead-based paint, and other solid or hazardous wastes for all Federal Facilities within the boundaries of Portland, Seattle and Walla Walla Districts. This solicitation is for an Indefinite Delivery/Indefinite Quantity (IDIQ) Contract, with a two year base period and a one year option period. The estimated capacity of the IDIQ will be $2 million cumulatively between all the awards and the unused capacity will be carried to the following year. The Government plans to award up to three base contracts. All work under these specifications shall be performed by the prime contractor, or by a sub-contractor who have the required qualifications, certifications, licenses, etc. If a sub-contractor is needed after award, and has not been approved at quote submission, the contractor shall submit for approval the qualifications of the desired sub-contractor to the designated Contracting Officer's Representative (COR). The acquisition method for this procurement will be Request for Proposal Best Value Lowest Price Technically Acceptable and will result in a Firm-Fixed Price Contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-18R0015/listing.html)
 
Place of Performance
Address: Pacific Northwest, United States
 
Record
SN04856290-W 20180317/180315232109-0a87e5a6fe8461506fe7ad25806db17d (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.