SOLICITATION NOTICE
F -- Reference USACE MEGA. Tulsa District will issue an RFP for Environmental Services for Projects within the Geographic Boundaries of Southwest Division or Projects assigned to Southwest Division, primarily located at Fort Bliss, Texas
- Notice Date
- 10/14/2011
- Notice Type
- Presolicitation
- 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-12-R-0005
- Response Due
- 11/15/2011
- Archive Date
- 1/14/2012
- 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
- Competitive 8(a)
- Description
- Solicitation No. W912BV-12-R-0005 was previously announced as Solicitation No. W912BV-11-R-0056. The solicitation number has been issued as a fiscal year 12 number due to it not being issued in fiscal year 11. Below is the synopsis information from the previous synopsis. On or about 29 August 2011, the U.S. Army Corps of Engineers, Tulsa District will issue a solicitation as part of the U.S. Army Corps of Engineers, Northwestern, Southwestern, and South Pacific Divisions' Multiple Environmental Government Acquisition (MEGA) Plan. A firm, fixed-price and cost reimbursement request for proposal for a 100% Competitive 8(A), Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Environmental Services for projects within the Geographic Boundaries of the Southwest Division or projects assigned to the Southwest Division, primarily located at Fort Bliss, Texas will be issued. Proposals will be received on or about 28 September 2011. This solicitation will facilitate award of up to three (3) contracts with a maximum shared capacity of $30 million. However, if the Contracting Officer determines during the source selectionprocess that fewer or more than three (3) contracts should be awarded, based upon the selection criteria, the Contracting Officer has the discretion of adjusting that number, or awarding none at all. Evaluation of proposals will be performed on a "Trade-Off Best Value" basis. The work will include the following: The contracts awarded under this solicitaiton will be an IDIQ MATOC For Environmental Services for projects within the Geographic Boundaries of the Southwest Division or projects assigned to the Southwest Division, primarily located at Fort Bliss, Texas. NAICS Code is 541620 - Environmental Consulting Services; the Small Business Size Standard is $7 Million. The contracts awarded will include firm-fixed price and cost reimbursement features for a wide range of environmental services, including but not limited to, the following areas: Cultural and Historic Resources Managemetn; Facility Response Plans; Fire Management Plans and Ranges; Hazrdous Materials Management; Hazardous Waste Management; Natual Resources Management; Pesticide Management; Petroleum, Oil and Lubricant (POL) Management; Solid Waste Management; Natural Resources Inventories; Noise Management; Underground Storage Tand Management; Water Quality Management; Wetlands Management; Storm Water Management; Air Emissions Inventories; Air Permit Applications; Compliance Monitoring and Reporting; Asbestos Sampling; Environmental Electronic Data Management; Water Quality Evaluations; Mitigation Planning; National Pollution Discharge Elimination System (NPDES) and State Pollution Discharge Elimination System (SPDES) Permit Applications & Monitoring; Spill Prevention and Response Plans; Environmental Compliance Assessment System (ECAS) Audits; Environmental Monitoring System (EMS) Support; Tier I/Tier II Reporting; Consumer Confidence Report (Safe Drinking Water Act); Environmental Compliance Traioning; National Environmental Polict Act; Environmental Assessments; Environmental Baseline Surveys (EBS); Preliminary Assessment/Site Inspection; Solid Waste Management Plans; Hazardous Waste Management Plans; Subtitle C&D Landfill Operations Plan; Hazardous Waste Reporting; Biological Assessments; Endangered Species Management Plans (ESMP); National Historic Preservation Act Studies; Historic Building Surveys; Historic Building Guides; Data Recovery Plans and Mitigation; Coordination with the State Historic Preservation Office and Advisory Council on Historic Preservation Integrated Cultural Resources Management Plans; Pollution Prevention Opportunity Assessments; Pollution Preventions Plans Life Cycle Cost Analysis; and Environmental Fate Studies. Contracts will have a base period of two years and three options for additional one year periods. Offerors: Please be advised on on-line registration requirement in Central Contractor Registration (CCR) Database HTTP://www.ccr.gov/ and directed solicitation provisions concerning electronic annual on-line representations and certifications (ORCA) AT http://orca.bpn.gov. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate, and complete. The electronic annual representations and certifications are effective for one year from date of submission or update to ORCA. Copies of this solicitation are available by INTERNET ACCESS ONLY. ALL solicitation documents will be posted to the Army Single Face to Industry (ASFI) website (https://acquisition.army.mil) and made available for viewing in FedBizOpps (http://www.fbo.gov). The plans and specifications will be available for download on the FedBizOpps website only. Compact disks will lnot be sent out and a plan holders (interested parties) list is available on the FedBizOpps website. All amendments will be posted in FedBizOpps. It shall be the contractor's responsibility to check the website for any amendments. The Contract Specialist point of contact for this project is Brenda Anderson, who can be reached by email at: Brenda.K.Anderson@usace.army.mil or phone at 918-669-7274. The technical point of contact for this project is David Jones, who can be reached at: David.P.Jones@usace.army.mil or phone at 918-669-7168. The Small Business Coordinator is Linda Morris who can be reached by email at: Linda.A.Morris@usace.army.mil or by phone at 918-669-7280. Interested parties are remined that they are responsible for checking on new information posted to FedBizOpps. This solicitation is to only 8(a) Small Businesses.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-12-R-0005/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
- SN02607534-W 20111016/111014234114-7e981199f8fe821d589b6ce79e2aa2e8 (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 |