SOLICITATION NOTICE
F -- Synopsis Environmental & Munitions Response-Restricted (EMR2) Services Support
- Notice Date
- 6/16/2023 12:13:44 PM
- Notice Type
- Presolicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- W2V6 USA ENG SPT CTR HUNTSVIL HUNTSVILLE AL 35806-0000 USA
- ZIP Code
- 35806-0000
- Solicitation Number
- W912DY-23-R-0003
- Response Due
- 7/1/2023 1:00:00 PM
- Archive Date
- 07/02/2023
- Point of Contact
- Terry Herbert, Phone: 2568951040, Kijafa JOHNSON-COOPER, Phone: 2568951614
- E-Mail Address
-
terry.l.herbert@usace.army.mil, kijafa.t.johnson-cooper@usace.army.mil
(terry.l.herbert@usace.army.mil, kijafa.t.johnson-cooper@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is NOT a Request for Proposal (RFP). Submissions in reference to this notice will not be accepted. It is anticipated that an RFP will be issued on or about 01 July 2023 The U.S. Army Corps of Engineers, Huntsville Center (CEHNC) intends to solicit proposals in support of the Ordinance & Explosives Directorate (OED). The Government�s intent to issue an 100% small business set- aside, Multiple Award Task Order Contract (MATOC), Indefinite Delivery Indefinite Quantity (IDIQ) contracts to small businesses who exhibit the required capabilities. This contract is intended to support sites located throughout the United States, including Alaska and Hawaii, the U.S. territories, outlying areas as defined by FAR 2.101, and territorial waters. The MATOC will consist of both Firm Fixed Price (FFP) and Cost-Plus Fixed Fee (CPFF) Contract Line-Item Numbers (CLINS), the CPFF CLIN (not-to-exceed 10% of the total contract value) will be used when there are unknown conditions at the site (i.e., fieldwork) that cannot be accounted for on the FFP CLIN. The individual task orders (TO)s may contain a combination of FFP efforts such as planning and characterization whereas, the CPFF efforts consist of the fieldwork variables of working with munitions or environmental contaminants. The Government anticipates a predominance of FFP efforts. The MATOC will have a total shared capacity of $960 Million (M) with a period of performance (POP) of 10 years (2-year base period with four 2-year option periods). The MATOC will include options in accordance with (IAW) FAR 52.217-8 and FAR 52.217-9 to be used at the TO level. CEHNC intends to award an option contract, which cost, or price will not be evaluated at the time of award IAW FAR 15.304(c)(1)(ii). Price will be considered at the TO level. Pursuant to FAR 15.304(c)(1)(ii), the Government intends to award to each and all qualifying offerors, as defined at FAR 2.101. The services for this requirement are classified under North American Industry Classification System (NAICS) 562910 (Exception) - Environmental Remediation Services with a Small Business Size Standard of 1,000 employees. The applicable Product Service Code (PSC) is F108 � Hazardous Substance Removal, Cleanup & Disposal Services and Operational Support. Description of work: This requirement will provide services to safely locate, identify, recover, evaluate, assess, package, transport, manage, and make final disposition, as required, of Munitions and Explosives of Concern (MEC) and Hazardous, Toxic and Radioactive Waste (HTRW) at various currently and formerly used defense sites, property adjoining currently and formerly used defense sites, and other federally controlled/owned sites. This will permit lands and waters to be safely and efficiently used for their intended purpose. This solicitation will be issued in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. Offerors shall deliver all Factors of the proposal electronically through the Solicitation Module of PIEE at https://piee.eb.mil. Offerors must be registered in PIEE in order to submit a proposal. All potential Offerors are encouraged to register in the PIEE Solicitation Module as soon as possible. The registration instructions are available at: https://www.acq.osd.mil/asda/dpc/ce/cap/docs/piee/PIEE_Solicitation_Module_Vendor_Access_Instructions.pdf. Failure to successfully register in PIEE will prevent the Offeror from completing the submission for this acquisition. For instructions on how to post an offer, please refer to the Posting Offer demo available at: https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf. Questions in reference to how to submit your proposal shall be directed to the PIEE help desk at 866-618-5988. All contractors must be registered in the System for Award Management (SAM) (sam.gov) eligible for contract award.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f30f933baced45ff831b9624157d860c/view)
- Record
- SN06718657-F 20230618/230616230106 (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 |