SOLICITATION NOTICE
F -- FY2012 Multiple Award Task Order Contract (MATOC) Indefinite Delivery/Indefinite Quantity (IDIQ) for Environmental /Ordnance Activities at Various Locations within the Pacific Ocean Division (POD) Area of Responsibility (AOR)
- Notice Date
- 2/13/2012
- Notice Type
- Presolicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- USACE District, Honolulu, Building 230, Fort Shafter, HI 96858-5440
- ZIP Code
- 96858-5440
- Solicitation Number
- W9128A-12-R-0006
- Response Due
- 4/13/2012
- Archive Date
- 6/12/2012
- Point of Contact
- Joshua Mueller, 808-438-1225
- E-Mail Address
-
USACE District, Honolulu
(joshua.d.mueller@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This announcement constitutes a Pre-solicitation notice (synopsis) in accordance with FAR Subpart 5.2. The U.S. Army Corps of Engineers, Honolulu District hereby announces its intent to issue a solicitation entitled "FY2012 Multiple Award Task Order Contract (MATOC) Indefinite Delivery/Indefinite Quantity (IDIQ) for Environmental /Ordnance Activities at Various Locations within the Pacific Ocean Division (POD) Area of Responsibility (AOR)", as described within this announcement. THIS IS NOT A FORMAL SOLICITATION. The Government intends to issue a formal solicitation via a Request for Proposals (RFP) in accordance with FAR Part 15, which will follow this announcement and will take place no sooner than 15 days from the publication date of this announcement. The basis for award and evaluation factors will be in accordance with the "Basis for Award/Evaluation Factors" section within this announcement below. The primary purpose of this announcement is to improve small business access to acquisition information and enhance competition by identifying contracting and subcontracting opportunities. The Government intends to solicit this requirement as a total small business set-aside in accordance with FAR Subpart 19.5. The North American Industry Classification code (NAICS) for this requirement is 562910. The Small Business size standard for this NAICS code is 500 employees. This requirement is intended to be awarded as a firm-fixed price commercial item services contract. The Government intends to award two (2) to four (4) separate IDIQ contracts as a result of this solicitation. The duration of the resulting IDIQ contracts will include a base year from date of award + four (4) option years. Each task order will be competed amongst the awardee. The maximum shared capacity of the MATOC is Not-to-Exceed $35,000,000.00. The Government intends to obligate itself to a minimum guaranteed contract amount of $3,000 per year during the term of the contract. Contractors shall be required to conform to a separate scope of work for each task order, but in general the type and nature of the requirements will be in accordance with the "Project Description" section within this announcement below. The current MATOC IDIQ contracts were awarded on 28 August 2009 including a base year + four option years with a total MATOC contract capacity of $9.8M. W9128A-09-D-0021 with Wil Chee Planning (WCP) and W9128A-09-D-0022 with Engineering/Remediation Resources Group (ERRG) MATOC is currently in its third option period in a remaining capacity of approximately $780K. Project Description: FY2012 Multiple Award Task Order Contract (MATOC) Indefinite Delivery/Indefinite Quantity (IDIQ) for Environmental /Ordnance Activities at Various Locations within the Pacific Ocean Division (POD) Area of Responsibility (AOR) The purpose of this indefinite delivery/indefinite quantity (IDIQ) contract will be to provide services related to the preparation of environmental documents to meet environmental requirements of various Federal, State or Local laws and/or regulations and to provide environmental cleanup and remediation for hazardous/toxic radiological wastes (HTRW) studies and military munitions response program (MMRP). The purpose will also be to provide services for any ordnance issues, surveys, remediation, and removal. The services will include, but not be limited to the following: a) environmental assessments, environmental impact statements, social impact assessments, hazard investigations, data collection, literature searches, field investigations, site monitoring, risk assessments, research designs, mitigation measures, and environmental permits. b) planning studies, preparation of master plans, and housing studies. c) non-construction services related to site assessment, site characterization, removal of HTRW, HTRW cleanup, asbestos removal and disposal, contaminated soil removal, removal of underground storage tanks (USTs) and associated appurtenances, installation/closure of monitoring wells, emergency response, bioremediation, innovative technology methods, remediation of HTRW, and disposal of HTRW and/or unsafe debris. d) geophysical surveys for ordnance detection, preparation of ordnance safety plans, explosive safety submissions, ordnance field surveys, preparation of the munitions response site prioritization protocol (MRSPP) scores, and other ordnance studies as required. e) ordnance removal and/or remediation activities as required. Specific requirements will be defined in each individual task order. The services may also include but not be limited to furnishing labor, transportation, equipment, material, supplies and supervision to perform each task specified in individual task orders. The Contractor will, depending upon the particular scope of work contained in any individual task order, conduct appropriate field surveys, visits, interviews, prepare required safety and health plans, conduct literature searches, execute suitable studies and prepare satisfactory reports, prepare required research designs, perform site monitoring and hazards investigations, execute suitable cleanup activities, prepare site assessment reports, site characterization reports, and site monitoring and disposal of HTRW and/or ordnance. Such work will be conducted by the Contractor with a primary emphasis on assisting in compliance with environmental laws and regulations. The work may involve disciplines in environmental assessments/impact studies, sociology, economics, noise quality, air quality, water quality, marine biology, aquatic ecology, wetlands, flora, fauna, planning, hazardous/toxic wastes management, geophysics, risk assessment, public health, safety, ordnance, aesthetic studies, chemistry, medical wastes, asbestos, radiological wastes, occupational health, and industrial hygiene. Basis for Award/Evaluation Factors: The Government intends to utilize the Tradeoff Process for Source Selection in accordance with FAR 15.101-1. Award will be made to the offerors proposing the combination most advantageous to the Government based upon an integrated assessment of the proposals received. A preliminary description of the evaluation factors and subfactors is described below. Further details pertaining to the evaluation factors/subfactors will be provided in the official RFP. For this procurement, it is intended that the non-priced factors listed below, when combined, will be approximately equal in importance to price. Factor 1: Technical. The Technical factor is further divided into the following subfactors: Factor 1, Subfactor 1: Previous Experience Factor 1, Subfactor 2: Key Personnel Factor 1, Subfactor 3: Sample Project - Technical Proposal Factor 2: Past Performance: Each offeror's past performance will be reviewed to determine relevancy and confidence assessment. Factor 3 Price: The resulting award(s) will be a commercial service firm-fixed price Multiple Award Task Order Contract (MATOC). Price reasonableness will be utilized in the evaluation of the Firm-Fixed Price effort. Factor 3, Subfactor 1: Price Schedule Rates Factor 3, Subfactor 2: Sample Project - Price Where to Send Responses: Submit responses via email to both Mr. Joshua Mueller at joshua.d.mueller@usace.army.mil and Ms. Maria Buckner at maria.r.buckner@usace.army.mil. Place of Performance: The required services will support projects in Hawaii, American Samoa, Guam, the Commonwealth of the Northern Mariana Islands, Kwajalein Atoll and other Pacific Islands. Work may occur within the entire Pacific Ocean Division's area of responsibility such as Japan, Okinawa, Korea, and the State of Alaska; however, awarded contracts will not be prearranged for the for the remote possibility of work occurring within these areas. Defense Base Act Insurance for work overseas will be required. Other information: The solicitation will be posted to the Federal Business Opportunities web site (www.fbo.gov) when released. Proposals will be due approximately 30 days after the actual solicitation issuance date.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-12-R-0006/listing.html)
- Place of Performance
- Address: USACE District, Honolulu Building 230, Fort Shafter HI
- Zip Code: 96858-5440
- Zip Code: 96858-5440
- Record
- SN02673479-W 20120215/120213234659-a2e9c253b11c14ce681a60cd42686f27 (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 |