Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2012 FBO #3756
MODIFICATION

F -- Environmental Remediation Services at the Formerly Utilized Sites Remedial Action Program (FUSRAP) Maywood Superfund Site in Maywood, New Jersey

Notice Date
3/5/2012
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-12-R-3004
 
Response Due
3/17/2012
 
Archive Date
5/16/2012
 
Point of Contact
Justin Cofer, (816) 389-3805
 
E-Mail Address
USACE District, Kansas City
(justin.l.cofer@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This announcement constitutes a Pre-Solicitation Notice (Synopsis) in accordance with FAR 5.2. The U.S. Army Corps of Engineers (USACE), Kansas City District (NWK), proposes to contract for Environmental Remediation Services in support of continued remediation activities at the Formerly Utilized Sites Remedial Action Program (FUSRAP) Maywood Superfund Site in Maywood, New Jersey. THIS IS NOT A FORMAL SOLICITATION. The Government intends to issue a formal solicitation by way of Request for Proposals (RFP), in accordance with FAR 15. There will be an opportunity to submit questions after the solicitation has been issued. This will be an Indefinite Delivery Contract (IDC) Single Award Task Order Contract (SATOC) for Environmental Remediation Services under NAICS Code 562910, in support of the U.S. Army Corps of Engineers, New York District's (NAN) FUSRAP mission at the FUSRAP Maywood Superfund Site (FMSS) located in Maywood, New Jersey. Only cost reimbursement Task Orders will be written against the contract. The intent is to award one (1) SATOC contract under this solicitation with a contract capacity of $450 million for Environmental Remediation Services; however, the Contracting Officer has the discretion of not awarding a contract based on the results of the source selection process. This announcement is open to all small businesses only. This award will be a small business set-aside. The period of performance for the contract will include a base period of one (1) year and four option periods, each option period being for one (1) year. It is anticipated that the cont act will be awarded not earlier than November 2012. Option periods shall be exercised at the discretion of the Government before expiration of the previous periods. Task orders will be issued as the need arises during the contract period. Task Order assignments will be determined with consideration of the Contractor's experience, qualifications, past performance, capability, and capacity. There is no limit on the value of individual Task Orders and the period of performance on individual Task Orders shall not exceed five (5) years. The Contractor receiving the contract award will have an ordering amount of $450 million over the life of the contract. Task Orders under this contract will be in support of continued environmental remediation service activities being conducted at the FUSRAP Maywood Superfund Site. Task Orders will be issued as cost-reimbursement (CR) based on the requirements of the Performance Work Statement (PWS) at the FMSS. Services may include, but are not limited to, the control of environmental contamination from pollutants, toxic substances, radioactive materials, and hazardous materials. The majority of the Task Orders that will be issued under this SATOC contract will be to provide services related to requirements of the Environmental Remediation Services required at the FMSS. The remedial action activities will consist of the excavation and transportation of radioactive contaminated soil, including general conditions, project support, and waste handling and management; and the excavation, transportation and disposal of groundwater contaminant source areas and lithium pond sediments. The environmental activities under this SATOC are considered follow on actions that include repair, maintenance, replacement and abandonment of existing monitoring wells; annual monitoring well inspection and condition reporting; preparation of a draft, draft final, and final groundwater monitoring program work plan; installation and development of new monitoring wells; preparation of a draft, draft final, and final Groundwater Remedial Action Work Plan (RAWP) for excavation, transport and disposal of groundwater contaminant soil source areas and lithium pond sediments, beyond the completed cleanup limits required for radiological contaminants; and groundwater technical support. This groundwater related work may include treatability studies and implementation of a groundwater remedy. The general conditions activities include project management, community relations, Task Order close out, and project wide training. The project support activities shall consist of general upkeep and maintenance, radiological monitoring, Geographic Information System (GIS) database support, annual environmental monitoring, and the continued operation and maintenance of an on-site laboratory. Waste handling and management activities include task management, waste soil load out, material staging area maintenance, and vicinity property wastewater treatment. To be eligible for contract award, a Contractor must have a D-U-N-S number from Dun & Bradstreet (D&B) and be registered in the Department of Defense (DoD) Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov or by calling 1-866- 606-8220. D&B can be reached by calling 1-866-705-5711. Contractors are also required to usethe Online Representations and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage, and viewing of many of the representations and certifications required by the FAR and previously found in solicitations. Detailed information can be found in the Help section of the ORCA website at http://orca.bpn.gov. The help section includes ORCA background information, frequently asked questions (FAQ), the ORCA Handbook, and whom to call for assistance. Additionally, in accordance with FAR Part 22.1303, all Contractors must complete their VETS-100 report. Information can be found at the Department of Labor website http://www.dol.gov/vets/programs/fcp/main.htm, or call the service center at 1-866-237-0275; you will be asked to provide your company name, employer identification number (EIN), and DUNs number. The Government intends to utilize the Best Value Continuum for Source Selection in accordance with FAR 15.101. A preliminary description of the evaluation factors 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 combined are significantly more important than cost. Offerors are cautioned that the award may not necessarily be made to the lowest cost offered. Factor 1 - Technical Capabilities, Factor 2 - Technical Staff Experience Factor 3 - Past Performance Factor 4 - Cost Factor 1 is more important than Factor 2 and Factor 3. Factors 2 and 3 are of equal importance. Responses: Responses are not needed to this announcement. This is a Pre-Solicitation Notice (Synopsis) in accordance with FAR 5.2. The Government intends to issue a formal solicitation by way of Request for Proposals (RFP), in accordance with FAR 15, in 30 days from the initial publication date of this announcement. Place of Performance: Formerly Utilized Sites Remedial Action Program (FUSRAP) Maywood Superfund Site in Maywood, New Jersey. Other information: The solicitation will be posted to the Federal Business Opportunities web site (www.fbo.gov) when released. Proposals will be due approximately 45 days after the actual solicitation issuance date. A Pre-Proposal Meeting and Site Visit will be conducted on March 30, 2012 beginning with registration confirmation and contractor sign-in at 10AM EST. The Pre-Proposal Meeting will be held at the Hackbarth Room of the Maywood Public Library (lower level) located at 459 Maywood Avenue, Maywood, New Jersey. A site visit will be conducted following the meeting. The U.S. Army Corps of Engineers will provide transportation from the library to the FUSRAP Maywood Superfund Site. Attendance at the pre-proposal meeting will be limited to four (4) people from an offeror (includes both prime contractor and subcontractors). Participation in the site visit will be limited to two (2) people from an offeror (includes both prime contractor and subcontractors). However, offerors are not required to attend this meeting and site visit in order to submit a proposal. Additional details regarding the meeting and site visit will be provided in the formal solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-12-R-3004/listing.html)
 
Place of Performance
Address: USACE District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
 
Record
SN02689092-W 20120307/120305234235-30b10612bb7a6876955b87e04af496c3 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.