SPECIAL NOTICE
99 -- Indefinite Delivery/Indefinite Quantity (IDIQ) Contracts for Environmental Remediation Services (ERS), within the United States and its outlying areas.
- Notice Date
- 7/11/2005
- Notice Type
- Special Notice
- NAICS
- 562910
— Remediation Services
- Contracting Office
- US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
- ZIP Code
- 95814
- Solicitation Number
- USA-SNOTE-050711-002
- Archive Date
- 9/9/2005
- Description
- The Government is requesting input from industry concerning our intent to request proposals for the award of up to five Unrestricted, five Small Business (with two of the five awards going to HUBZone Small Businesses.), and five 8(a) IDIQ multiple a ward contracts, under three separate solicitations. The intended shared capacity for each category will be the not to exceed amount of $200 Million for Unrestricted, $120 Million for Small Business/HUBZone, and $80 Million for 8(a) over a five-year period (2 year base period and one three-year option period). Each of the multiple-award contractors will be afforded a fair opportunity to be considered for each task order within each category, except as otherwise provided by FAR 16.505 or DFARS 216.505-70. Work performed under these contracts may be either Civil or Military projects for various and varied Government agencies (federal, state or local) in locations nationwide to include all U.S. territories. Work may include providing support to the Departmen t of Defense (DOD) Environmental Restoration Program (ERP), Base Realignment and Closure (BRAC) Program, the Environmental Protection Agencys Superfund Program, and other Federal Environmental Programs, to include other environmental projects mandated by t he Defense Environmental Restoration Project (DERP), Formerly Utilized Sites Remedial Action Program (FUSRAP), and other environmental laws and regulations requiring support activities for military installations, Corps civil works projects, Support for Oth ers, Work for Others, and Hazardous Substances Support Management Software (HSMS), and the Military Munitions Response Program (MMRP).. There will be no limitation to the size of the Task Orders issued, other than the maximum contract value. The Unrestricted and Small Business/HUBZone Contracts will have the capacity to write firm fixed-price, fixed-price with insurance, and/or cost reimbursement task orders. The 8(a) contracts will be limited to firm fixed-price contracts. The type of work to be accomplished could include, but is not limited to, nature-and-extent characterization of hazardous site, report and decision document preparation, community outreach/communications, troubleshooting, inspection, quality control testin g, sampling and analyzing the contents of variety of tanks, drums and transformers; removing tanks, drums, transformers and treatment of their waste and contaminated soil; erection of containment structure; sampling and testing of water and soil samples; i nstalling monitoring wells; constructing caps, slurry walls and grout curtains; removing unsafe buildings with and without asbestos; installing soil-venting systems, groundwater treatment systems, and thermal extraction systems; incinerating a variety of t ypes of contaminated materials; removing, treating and disposing of wastes from explosives and/or radiation; ordnance removal; installing new tanks and water supply systems; operation and maintenance of facilities; providing temporary or permanent relocati on and other assistance to affected residents and businesses; providing security services at applicable sites and O&M for personal property; and the planning of work efforts. Specific scope of work for specific projects will be issued with each Task Order. Business Size Up to five contracts may be awarded from each of the solicitations that will be offered. However, within the Small Business category, two awards will be made to the two best qualified HUBZone firms with the three remaining awards going to the remaining be st qualified Small Businesses. NAICS, SIC, and FSC Codes This procurement will be conducted under NAICS code 562910, Environmental Remediation Services, . The size standard for this NAICS code, for these solicitations, will be 500 employees. The equivalent SIC is 8744. This procurement will be conducted under FSC code F108, Hazardous substance removal, clean-up & disposal services & operational s upport. Estimated Cost Not applicable Service Contract Information The acquisition method proposed for all solicitations will be negotiated procurement. A technical and price proposal would then be required. Large businesses competing for the 5 unrestricted contracts must comply with the FAR 52.219-9 clause regarding the requirement for a subcontracting plan on the part of the work it intends to subcontract. The recommended goals for subcontracting are 50.9% t o small business, 8.8% for Small Disadvantaged Business, 7.2% for woman-owned small business, 2.9% for Hubzone Small Business, and 1.0% for Service Disabled Veteran-Owned Small Business. A firm that submits a plan with lesser goals must submit written rati onale to support the goals submitted. Copies of our Draft proposed Scope of Work (SOW) along with advance copies of Draft Sections B, H, I(Matrix), J, L, and M of a draft Request for Proposal (RFP) will be made available for your review via the USAED, Sacramento District, Contracting Divisions website at Http://www.spk.usace.army.mil/cespk-ct/. The Draft sections provided are based on the Unrestricted proposed solicitation. Small Businesses, not applying under the unrestricted category, should disregard the requirements for providing most of the small business utilization information. For more information, please contact the Contract Specialist, Bill Nevius, at 916/557-7942. Other methods include: email at William.E.Nevius@usace.army.mil ; or by facsimile at 916/557-7337. All responsible sources are encouraged to provide their comments to our point of contact, listed above, via e-mail, or facsimile and they will be considered by this agency in the preparation of our final requests for proposals. All comments must be receiv ed by this agency no later than 25 July 2005. For a listing of all Sacramento District projects, see Contracting Divisions Internet Home Page at http://www.spk.usace.army.mil/cespk-ct that is updated daily. Please note that all contractors and potential contractors must be registered with the Central Contractor Registration (CCR) database effective 31 May 1998. For instructions on registering with the CCR go to: http://www.ccr.gov.
- Record
- SN00844716-W 20050713/050711212158 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |