SOLICITATION NOTICE
F -- OPTIMIZED REMEDIATION CONTRACT, JOINT BASE ELMENDORF-RICHARDSON, ALASKA
- Notice Date
- 5/4/2020 1:22:36 PM
- Notice Type
- Solicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- W2SN ENDIST ALASKA ANCHORAGE AK 99506-0898 USA
- ZIP Code
- 99506-0898
- Solicitation Number
- W911KB20R0006
- Response Due
- 5/6/2020 3:00:00 PM
- Archive Date
- 05/21/2020
- Point of Contact
- John L McComas, Contracting Specialist, Phone: 907-753-2593, Tim Clapp, Phone: 907-753-2836
- E-Mail Address
-
John.L.Mccomas@usace.army.mil, timothy.l.clapp@usace.army.mil
(John.L.Mccomas@usace.army.mil, timothy.l.clapp@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The purpose of Amendment 0003 is to post Contractor questions and Government answers. See attached documents. The purpose of Amendment 0002 is to make changes to the solicitation as shown in the attached documents, post Contractor Question and Government answers,�provide DoD Safe Instructions for proposal submittal and provide additional GFI. Please see Amendment 0002 and conformed copy of the solicitation for full details.� The purpose of Amendment 0001 is to make�changes to the solicitation as shown in the attached documents, change proposal due date, post Contractor Questions and Government Answer document, and provide additional documents and Government Furnished Information.� Please see Amendment 0001 and conformed copy of solicitation for full details.� THIS IS THE SOLICITATION FOR OPTIMIZED REMEDIATION CONTRACT (ORC). PROPOSALS WILL BE ACCEPTED�BASED ON THIS POSTING IN ACCORDANCE WITH THE ATTACHED SOLICITATION PACKAGE. SITE VISIT: An Organized Site Visit will not be scheduled for this requirement due to potential�travel/base restrictions caused by the recent outbreak of COVID-19. A virtual site visit is being�published to beta.sam.gov with this solicitation. Please provide any questions to the�Government by 1 April 2020 at 2:00PM Alaska Standard Time. ""Government Furnished Information referenced in Attachment J-1 Table of Contents shall be requested by sending an�email to the Contract Specialist, John McComas, at John.L.McComas@usace.army.mil. The email shall include the�Point of Contact (POC) to coordinate GFI delivery via electronic means. Please include person's name, email address,�telephone number, and mailing address. Note: In person pick up of disk will not be allowed at this time due to COVID-19 and potential base access issues. Should this situation change, a notice will be posted on beta.sam.gov."" CONTRACT INFORMATION: ORC Single Award Task Order Contracts (SATOC), JBER, Alaska. This�acquisition is issued as 100% Total Small Business Set-Aside. North American Industrial Classification System (NAICS)�code is 562910, Environmental Remediation Services which has a size standard of 750 employees.�This acquisition will be awarded as SATOC Indefinite Delivery Contract (IDC) contract consisting of a base year and�five�(5) 1-year option periods (if exercising is in the Government�s best interest). The overall program capacity is�$35M. The resultant IDC will have firm fixed price (FFP) task orders. The IDC will have a minimum guarantee amount�of $10,000 for the entire contract period. DESCRIPTION OF WORK: The objective of this contract is to provide environmental compliance support activities necessary to support United States Air Force (USAF) and AFCEC environmental mission requirements.� This requirement is for environmental remediation activities to include environmental services, minor construction, and incidental A&E services at Joint Base Elmendorf-Richardson (JBER), Alaska.� This Performance Work Statement (PWS) in Section C defines the scope of environmental services necessary to conduct site restoration.� The range of activities include maintenance of established remedies, implementation of optimization to enhance remedial progress at applicable sites, and achievement of site specific objectives.� The Contractor shall undertake Environmental Remediation activities to achieve Performance Objectives (POs) at 76 Installation Restoration Program (IRP) sites and three (3) Military Munitions Response Program (MMRP) sites. JBER is comprised of the former Fort Richardson Army Post and Elmendorf Air Force Base (AFB) and is located adjacent to the city of Anchorage, Alaska. At 74,091 acres, JBER is the largest AF Installation in Alaska and home of the AF's Headquarters, Alaskan Command (ALCOM); Alaskan North American Aerospace Defense Command Region; Eleventh AF (11 AF); and the 3rd Wing (3WG), as well as the Army's US Army Alaska (USARAK); the 4th Brigade Combat Team (Airborne), 25th Infantry Division (4-25th ABCT); and the 3rd Maneuver Enhancement Brigade (3rd MEB). The 673d Air Base Wing (673 ABW) is the host wing at JBER and supports and enables three AF total-force wings, two Army brigades and 75 associate and tenant units. Remediation activities at JBER are being conducted pursuant to the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) for some of the sites and in accordance with the Alaska Department of Environmental Conservation (ADEC) regulations for the others. JBER-Elmendorf (the former Elmendorf AFB property is referred to as JBER-Elmendorf or JBER-E) was added to the National Priority List (NPL) in 1990 and has a Federal Facility Agreement (FFA) signed in 1991. JBER-Richardson (the former Fort Richardson property is referred to as JBER-Richardson or JBER-R) was added to the NPL in 1994 and has an FFA signed in the same year. JBER-Richardson also has a companion State-Fort Richardson Environmental Restoration Agreement signed in 1994 and a State-Fort Richardson Underground Storage Tank (UST) Compliance Agreement signed in 1993. The FFAs will remain separate. Regulatory oversight at JBER is provided by the US Environmental Protection Agency (US EPA) Region 10 and ADEC. The single-award task order contract (SATOC) indefinite-delivery contract tool is anticipated to support various environmental services within the USACE Alaska District and across JBER. All offerors are advised that this solicitation may be canceled or revised at any time during solicitation, selection,�evaluation, negotiation and up to final award. If the solicitation is cancelled, all proposal preparation costs will be�borne by the offeror. All offerors must be registered in the System for Award Management (SAM) at�http://www.sam.gov. Joint ventures must be registered in SAM as the joint venture. Offerors are advised to begin this�process when they prepare their proposal in order to ensure this registration is in place should they be selected for the�award. Lack of registration in the SAM database will make an offeror ineligible for award. OBTAINING THE SOLICITATION:� The solicitation for this acquisition is provided in electronic format only and is currently available for downloaded�at the Government Point of Entry website at https://beta.sam.gov/.� �Enter this solicitation number (W911KB20R0006) using the Contract Opportunities drop down option in the dialogue box.� Any future amendments to the solicitation will also be available for download from this website.� All notifications of changes to this solicitation shall be made through the internet only.� �It is the Offeror�s responsibility to check for any posted changes to this solicitation.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4657544541804ec298fbd63fe4d9fa4f/view)
- Place of Performance
- Address: JBER, AK 99506, USA
- Zip Code: 99506
- Country: USA
- Zip Code: 99506
- Record
- SN05644171-F 20200506/200504230148 (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 |