SOURCES SOUGHT
S -- ENVIRONMENTAL AND REMEDIATION SERVICES FOR JOINT BASE LEWIS/MCCHORD, WASHINGTON AND FORT SILL, OKLAHOMA
- Notice Date
- 2/5/2010
- Notice Type
- Sources Sought
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- USACE District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
- ZIP Code
- 74128-4609
- Solicitation Number
- W912BV-10-R-2006
- Response Due
- 2/17/2010
- Archive Date
- 4/18/2010
- Point of Contact
- Brenda Anderson, 918-669-7274
- E-Mail Address
-
USACE District, Tulsa
(Brenda.K.Anderson@swt03.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS Environmental and Remediation Services For Joint Base Lewis/McChord, Washington and Fort Sill, Oklahoma This is a SOURCES SOUGHT SYNOPSIS. This is a Sources Sought Synopsis announcement; market survey for information only, to be used for acquisition strategy development. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Personal visits for the purpose of discussing this announcement are forbidden. The U.S. Army Corps of Engineers Tulsa District has been tasked to solicit for and award an indefinite delivery indefinite quantity (IDIQ) single award task order contract (SATOC) for the provision of environmental and remediation services in support of Joint Base Lewis/McChord, WA and Fort Sill, OK; to include firm fixed price, performance based, and cost-reimbursement task orders. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of Large Businesses and various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB) to compete and perform an environmental and remediation services SATOC. The type of solicitation will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The Contractor will furnish all plant, labor, materials, and equipment to satisfy the requirements set forth in each task order under the SATOC. The Contractor will provide the capability to execute multiple concurrent task orders for environmental services, remediation projects, ordnance and explosives (OE) projects, and projects involving both remediation and OE with a full range of services including, but not limited to: environmental compliance, investigations, studies, cultural resources support, natural resources support, engineering support, OE standby and construction support, remedial actions, and environmental and range operation and maintenance activities. Work issued under this SATOC will use both Service (Contract Act) and/or Construction (Davis-Bacon) wage rates when remediation is expected. Estimated SATOC Capacity: $49,500,000 Estimated 1st Task Order for environmental services at Joint Base Lewis/McChord, Washington: Between $3,000,000 and $4,000,000 SATOC Term: Five (5) years North American Industrial Classification System (NAICS) Code(s) applicable to this acquisition: Primary NAICS Code = 541620 Environmental Consulting Services Secondary NAICS Code = 562910 Remediation Services Award will be based on overall Best Value to the Government. Anticipated solicitation issuance date is on or about 15 March 2010, and the estimated proposal due date will be on or about 15 April 2010. The official Synopsis citing the solicitation number, and inviting Offerors to register electronically to receive a copy of the solicitation when it is issued is anticipated to be available on or about 1 March 2010. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Contractors will respond to this synopsis by completing the standardized questionnaire provided at the following URL. Responses must be provided by 1700 CST on 17 February 2010. SURVEY LINK = https://www.surveymonkey.com/s/JCD2FGK NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Questions concerning this sources sought should be e-mailed to the Contract Specialist, Ms. Brenda Anderson, at Brenda.K.Anderson@usace.army.mil. Personal visits for the purpose of discussing this announcement are forbidden.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-10-R-2006/listing.html)
- Place of Performance
- Address: USACE District, Tulsa ATTN: CESWT-CT, 1645 South 101st East Avenue Tulsa OK
- Zip Code: 74128-4609
- Zip Code: 74128-4609
- Record
- SN02058978-W 20100207/100205234835-690b25845f93844fc0bd84ddbdd608e4 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |