SOLICITATION NOTICE
99 -- USFS Regional Hazardous Waste Remediation Services
- Notice Date
- 4/9/2012
- Notice Type
- Presolicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Forest Service - R-6 Northwest Oregon Contracting Area (NOCA)
- ZIP Code
- 00000
- Solicitation Number
- AG-046W-S-12-0009
- Point of Contact
- Donna Mullen, Phone: 5036681438, Justin Holder,
- E-Mail Address
-
dmmullen@fs.fed.us, jholder@fs.fed.us
(dmmullen@fs.fed.us, jholder@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- The purpose of this announcement is to make notice that the Forest Service contemplates releasing a Request for Proposal numbered AG-046W-S-12-0009 on or about April 25th, 2012, for USFS Regional Hazardous Waste Remediation Services, Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract(s) in the Pacific Northwest Region (Region Six) and Alaska Region (Region Ten). If the solicitation is released, it will be released through this FedBizOpps website, and prospective offerors should visit this FedBizOpps website from time to time on or after April 24th, 2012, to obtain a copy of the solicitation. This notice meets the requirements of FAR 5.201. However, the Forest Service reserves the right not to release a solicitation. PROJECT DESCRIPTION: Scope of Work: The contractor will provide any and all labor, equipment, tools, transportation and supplies necessary to perform the Statement of Work/Specifications referenced in Section C. The Forest Service will generally exercise the scope of the contract in the States of Oregon and Washington with occasional tasks in Idaho and Alaska. Description: The work provides for three main activities: ACTIVITY I - Emergency and Incident Response Under this activity, the Contractor(s) may be requested to respond to a chemical, biological, or other hazardous material incident, emergency, or release. Any site shall be secured, if necessary, to minimize public exposure or spread of contamination. Services to include, but not limited to, site preparation, characterization, field investigation, site closures, containment implementation, excavation, removal, remediation related laboratory testing, transportation, storage, treatment, and/or disposal of hazardous wastes. ACTIVITY II - Hazardous Materials Surveys, Assessment/Testing/Abatement Under this activity, the Contractor(s) may be requested to provide services for identifying, quantifying, and abating hazardous materials in a controlled environment. Services include, but are not limited to; Environmental Site Assessments, sampling/testing analyses, and abatement of, asbestos, lead-based paint, radon, polychlorinated biphenyls (PCBs), mold, bacteria, or other hazardous chemicals. A combination of services may be required depending on the specifics of each site. ACTIVITY III- Tank Related Services Under this activity, the Contractor(s) may be requested to provide services for identifying, quantifying, and abating hazardous materials in and around tanks and enclosed spaces. Services include, but are not limited to: locating, removing, and abating existing underground storage tanks (USTs); locating, removing, and abating existing above ground storage tanks (AGSTs); locating, removing, and abating existing heating oil tanks (HOTs); cleaning, inspecting, repairing, and/or removing existing water storage tanks; and providing confined space entry services. The intent of this contract is to provide for the complete project described in each task order. Unless otherwise provided, the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies and perform all work required to complete the individual projects in accordance with the specifications and provisions of the master contract. SOLICITATION DETAILS: The following preliminary details are provided for the benefit of prospective bidders, but are subject to change in the actual solicitation. The applicable NAICS code is 562910 - Remediation Services, with a size standard of 500 Employees. All contract work will be completed in accordance with individual task order requirements, specifications, and drawings provided with each project or master specifications, between the above listed locations. Each task order will be priced individually, and will include its own wage determination. These task orders will be competed amongst the IDIQ awardees. This is a Total Small Business Set Aside. The government intends to award to at least six (6) contractors, provided sufficiently-qualified contractors present offers. All responsible firms may submit an offer. The anticipated IDIQ Multiple Award Contract(s) shall not exceed five (5) calendar years. Individual Task Orders will range from $2,500.00 and $500,000.00 with a total shared ceiling for the IDIQ contract of $4,900,000.00. The selection process will be conducted in accordance with FAR Part 15 source selection procedures. Proposals will be evaluated on Technical, Past Performance, and Price Evaluation of the Prototypical Project(s). PARTICIPATION: This project is a Total Small Business Set-Aside. All responsible and Small Business Administration certified Small Business sources may submit an offer which shall be considered. Prospective offerors who wish to provide comments on the set-aside matter should provide these comments to the contract administrator on or before April 23th, 2012 via email at dmmullen@fs.fed.us. All prospective offerors are invited to register as an interested vendor on this FBO website. AUTOMATIC NOTIFICATION: By registering to receive notification on posted synopses, the reader will be automatically notified via email of any changes to this project. To register, select /Register to Receive Notification/ and follow the steps. The Interested Vendors List (IVL) has replaced the plan holder's lists that were previously available with solicitation packages. Access the IVL for all projects through this FedBizOpps website. To register as an interested vendor, select /Add Me to Interested Vendors/ and follow the steps. Follow this procedure for EACH project of interest. Use the /Add Me to Interested Vendors/ option to add a firm's name to the IVL and then view or print the IVL by selecting /View List of Interested Vendors/ for each project. REGISTRATIONS: In order to receive any contract award, a vendor must be registered in the Central Contractor Registration (CCR) via http://www.ccr.gov, or by contacting the CCR Information Center at 1-888-227-2423 and Online Representations and Certifications Application (ORCA). To register a firm in the ORCA system, visit http://www.bpn.gov. The USDA is an equal opportunity provider and employer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/467/AG-046W-S-12-0009/listing.html)
- Record
- SN02716812-W 20120411/120409234407-0b30d62b47eb39d56f177cb52b9fce6b (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 |