|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 18,1998 PSA#2034USAED, KANSAS CITY, 757 FEDERAL BUILDING, 601 E 12TH STREET, KANSAS
CITY, MO 64106-2896 F -- PRE-PLACED, 100% SMALL BUSINESS SET ASIDE, REMEDIAL ACTION
CONTRACTS FOR THE KANSAS CITY DISTRICT SOL DACW41-98-R-0013 DUE 042398
POC Contract Specialist Pam Stichweh 816-983-3827 (Site Code DACW41)
The Government may elect to award up to two (2) Remedial Action
Service/Construction Indefinite Delivery Contracts for Hazardous Waste
Sites for the Kansas City District. These two (2) contracts will be
utilized for work within the geographical boundaries of the U.S.
Environmental Protection Agency Region II which includes New York, New
Jersey, the Commonwealth of Puerto Rico, the United States Virgin
Islands and Native American Tribes or Nations located in these
jurisdictions. NO PREPROPOSAL CONFERENCE WILL BE HELD. The
Cost-Reimbursable/Fixed Price Multiple Award Contracts will be issued
for a base period of two (2) years with a three (3) year option period.
The two (2) contracts will have a joint total acquisition value of $100
Million. No Task Order limit exists except for the joint maximum
acquisition value less minimum guarantees. The two (2) contracts will
be awarded to two (2) different Contractors. Task Orders may be awarded
on the subjective determination of the Contracting Officer based on
past performance on the first and any other preceding task orders under
these contracts. Such subjective determination will consider the
contractor's past performance of cost, technical, schedule management,
and factors listed in the solicitation. Task Orders may also be
competitively bid between two or more contractors, where the task order
will be awarded to the contractor with the lowest price, responsive,
and responsible bid. The contracts to be awarded may require personnel,
plant, and equipment to provide a wide range of services relating to
support and performance of remedial actions a hazardous waste sites
under the control of the Federal Government. Projects could be civil or
military in nature and range. Work may also be on Superfund National
Priority List (NPL) sites, military installations, other Government
property, and various other locations. Evaluations and award of the
solicitation will be based on the evaluation criteria stated in the
request for proposal (RFP). Solicitation packages will be available on
or about March 6, 1998, with the proposals being due on April 23, 1998
at 3:00 p.m. Kansas City time. Solicitation packages will be available
only on CD ROM, and are free of charge. SOLICITATION PACKAGES ARE
LIMITED TO ONE PER COMPANY. All interested parties shall provide a
written request to CENWK-CT-H/Jane Cerda by fax (816)426-5777 or email
jane.d.cerda@usace.army.mil. No phone requests will be accepted.
Request must include company name, street address, telephone and fax
numbers, and a point of contact. The CD ROM will be shipped USPS first
class mail. NO SPECIAL MAILING OR HANDLING INSTRUCTIONS WILL BE
ACCEPTED. The CD ROM solicitation packages will also be available for
review at local SBA offices in New York, New Jersey, the Commonwealth
of Puerto Rico, and the U.S. Virgin Islands. CD ROMS are available on
a first come, first serve basis. SIC Code: 8744. The size standard for
small business under SIC CODE 8744 is 500 employees. Questions of a
technical nature should be addressed to Beth Buckrucker at (816)
983-3581 and those of a contractual nature to Pam Stichweh at (816)
983-3827. (0044) Loren Data Corp. http://www.ld.com (SYN# 0042 19980218\F-0008.SOL)
F - Natural Resources and Conservation Services Index Page
|
|