SOLICITATION NOTICE
F -- MEGA Environmental Remediation Services, Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC). Unrestricted - USACE South Pacific Division
- Notice Date
- 2/7/2012
- Notice Type
- Presolicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
- ZIP Code
- 95814
- Solicitation Number
- W91238-12-R-0023
- Response Due
- 5/7/2012
- Archive Date
- 7/6/2012
- Point of Contact
- caren_jackson, 9165577716
- E-Mail Address
-
USACE District, Sacramento
(caren.a.jackson@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- As part of the Multiple Environmental Government Acquisition (MEGA) Strategy, Northwestern, Southwestern and South Pacific Divisions, the U.S. Army Corps of Engineers (USACE), Sacramento District (SPK), proposes to contract for Environmental Remediation Services (ERS), including but not limited to Department of Defense Environmental Restoration Program (DERP); Formerly Used Defense Sites (FUDS); DOD Environmental Compliance Program, Environmental Support for Others (ESFO) Program; support to the Environmental Protection Agency (EPA) including Superfund and Brownfield Programs; Formerly Utilized Sites Remedial Action Program (FUSRAP); environmental cleanup for various military and Interagency and International Support (ILS) customers; environmental stewardship, and other environmental related regulatory programs. The solicitation will be issued on or about 22 March 2012. This will be an unrestricted Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for ERS under NAICS Code 562910. Firm fixed-price and cost reimbursement task orders will be written against the IDIQ Contract(s). This solicitation will facilitate award of up to five (5) contracts with a maximum shared capacity of $50 million between Sacramento, Los Angeles and Albuquerque Districts. Based on the selection criteria, the Contracting Officer has the discretion of adjusting the number of contracts awarded or awarding none at all. Evaluation of proposals will be performed on a "trade-off best value" basis. Contracts will have a base period of three years and an option to extend the contract for an additional two-year period. The contracts awarded will include firm-fixed price and cost reimbursement features for a wide range of environmental remediation services including but not limited to, preparation of work plans, studies with associated reports; multiple phases of field investigations, preliminary assessments (PA), site inspections (SI) and remedial site inspections, remedial investigations (RI), feasibility studies (FS), Engineering Evaluation Cost Analysis (EECA), monitoring well installation and sampling, short and long term monitoring/long term operations, engineering evaluation and corrective actions, optimization studies, ground-water modeling, geophysical surveys, remediation cost estimates, management of non-hazardous and hazardous investigative derived waste (IDW), environmental and human health risk assessments, risk based remediation, air emission issues including vapor intrusion, surface water discharge, applying for environmental permits, remedial design, well abandonment, meetings, public meeting participation, preparation of presentation material both written and visual, hydrological, sediment and soil studies, project reports, engineering support and/or design, value engineering studies, operations and maintenance for HTRW sites, energy evaluation for remediation systems, remedial action plans, removal actions, construction support, site closeout/decision documents, abandoned mines program support, and future programming and scheduling support. The majority of the task orders that will be issued under this ERS contract will be to provide services related to the requirements of the Resource Conservation and Recovery Act (RCRA), the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA), the National Oil and Hazardous Substance Pollution Contingency Plan (NCP), the Clean Air Act, the Clean Water Act, and other Federal Programs in addition to State/Local specific regulations/requirements dealing with hazardous waste management/disposal, radioactive waste/missed waste management/disposal, and with Underground Storage Tanks (USTs), and other fuels related issues. Remedial actions may address both regulated and non-regulated toxic substances. Incidental construction will also be included in the ERS contracts. However, construction activities must be incidental to the ERS work. Proposal Evaluation: Technical proposals will be evaluated for technical merit and rated on an adjectival basis. Major evaluation areas of each offeror's proposal, in descending order of importance, include: Technical Requirements (Previous Experience, Resumes of Key Personnel, Organizational Structure); Performance Risk/Past Performance; and Corporate Plans, Practices, and Procedures; and Cost/Pricing which will be subjectively evaluated. Offerors: Please be advised of 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. There are no drawings associated with this Request for Proposal. 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 not be sent out and a Plan Holders (Interested Parties) List is available on the FedBizOpps website. Instructions to access technical data, Instructions to access a Plan Holders List on FedBizOpps, step by step instructions and the associate software required (viewers) to view the project plans and specifications can be accessed on the Omaha District Contracting Division web page (https://www.nwo.usace.army.mil/html/ct-m/webpage.htm). All amendments will be posted in FedBizOpps. It shall be the contractor's responsibility to check the website for any amendments. Interested parties are reminded that they are responsible for checking on new information posted to FedBizOpps. The Contract Specialist point of contact for this project is Caren A. Jackson who can be reached by email: caren.a.jackson@usace.army.mil or phone at 916-557-7716. The technical point of contact for this project is Mr. Chris Prescott, Project Manager, who can be reached by email at: christopher.e.prescott@usace.army.mil or phone at 916-557-7227. Contracting Office Address: USACE Sacramento District, 1325 J Street, Room 878, Sacramento, CA 95814-2922 Place of Performance: USACE, South Pacific Division US Point of Contact(s): Caren A. Jackson (916) 557-7716
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-12-R-0023/listing.html)
- Place of Performance
- Address: USACE District, Sacramento 1325 J. Street, Sacramento CA
- Zip Code: 95814
- Zip Code: 95814
- Record
- SN02669421-W 20120209/120207235406-acf3d86e12a027652468aed56cc22dfa (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 |