Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 20, 2019 SAM #6565
SOLICITATION NOTICE

F -- Environmental Quality Services at Joint Base Lewis McChord, WA

Notice Date
11/18/2019 9:30:19 AM
 
Notice Type
Presolicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
US ARMY ENGINEER DISTRICT SEATTLE SEATTLE WA 98134 USA
 
ZIP Code
98134
 
Solicitation Number
W912DW20R0003
 
Response Due
1/6/2020 2:00:00 PM
 
Archive Date
01/21/2020
 
Point of Contact
Darrell Hutchens, Phone: 206-316-3877, Susan Newby, Phone: 2067646754
 
E-Mail Address
darrell.d.hutchens@usace.army.mil, susan.f.newby@usace.army.mil
(darrell.d.hutchens@usace.army.mil, susan.f.newby@usace.army.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
Solicitation No: W912DW20R0003Solicitation Title: Environmental Quality Services at Joint Base Lewis McChord, WASolicitation Posted Date: On or about 6 December 2019Offeror Response Due Date: On or about 6 January 2020Magnitude of construction: N/AFSC Code: F999NAICS Code: 541620 - Environmental Consulting ServicesClassification Code: F - Natural Resources & Conservation ServicesSet Aside: Competitive 8(a)FOR INFORMATION ONLY: This Synopsis/Pre-solicitation Notice is ONLY A NOTIFICATION that a Request for Proposal (RFP) is anticipated and forthcoming. All questions regarding this SYNOPSIS/Pre-solicitation notice should be submitted in writing by email to the Contract Specialist as noted below.The U.S. Army Corps of Engineers, Seattle District (NWS) intends to issue a Request for Proposal (RFP) for the Environmental Quality Services at Joint Base Lewis-McChord (JBLM), Washington and other outlying areas assigned to JBLM Environmental Program. This acquisition is 8(a) Small Business set-aside which will result in the award of a single, Firm Fixed Priced (FFP), non-personal services contract.The RFP will be available on or about 6 December 2019 on the Federal Business Opportunities (FBO) website at www.fbo.gov. Proposals will be due approximately 30 days after issuance of the solicitation. The solicitation, including any amendments, shall establish the official opening and closing dates and times.The contractor will provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform direct support to collect, analyze and report data; develop and provide training and briefings; review, update, and provide comments for reports and plans and other environmental documents; assist with obtaining and complying with operational permits (e.g., monitoring, reporting, application preparation, etc.); inspections, audits, reports, and corrective action recommendations; regulated and non-regulated waste management support; and other support related to environmental compliance, NEPA, cultural resources, wildlife, natural resources and P2/sustainability programs.The estimated overall period of performance for this acquisition is a base period of one (1) year plus four (4) one-year option periods for a possible total of five (5) years combined. The Government will accept proposals from all certified 8(a) small business Offerors which qualify under NAICS code 541620 with a size standard of $16,500,000.00. The acquisition process will be lowest priced technically acceptable (LPTA) conducted in accordance with procedures outlined in Federal Acquisition Regulation (FAR) Part 15. This announcement serves as the advance notice for this project.To view or download the solicitation requires registration at the Federal Business Opportunities (FBO) website at www.fbo.gov. Downloads are available only through the FBO website. The Government will post the RFP and specifications on the FBO site. Any amendments will only be available from the FBO website. Offerors are responsible for checking the FBO website frequently for any update(s) to this Pre- Solicitation Announcement or amendments to the Solicitation. The website is occasionally inaccessible due to maintenance. The Government is not responsible for any loss of internet connectivity or for an offerors inability to access the document(s) at the referenced website.POINT-OF-CONTACT:The point-of-contact for administrative or contractual questions is Darrell D. Hutchens at email: darrell.d.hutchens@usace.army.mil. Please no phone calls. All questions must be submitted in writing to the above point-of-contact. Please do not ask any technical questions, as answers to technical questions are only available through an online system during the RFP process.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/114fe5c2f54d4390ad8312fd078c7165/view)
 
Place of Performance
Address: 70000, WA, USA
Country: USA
 
Record
SN05497503-F 20191120/191120064107 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.