Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2012 FBO #3863
SOLICITATION NOTICE

Z -- Synopsis of U.S. Army Aberdeen Test Center (ATC) Range Maintenance Solicitation

Notice Date
6/20/2012
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
ACC-APG - Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRB12R0010
 
Response Due
7/5/2012
 
Archive Date
9/3/2012
 
Point of Contact
Kristina Morrow, 410-306-2853
 
E-Mail Address
ACC-APG - Aberdeen Division D
(kristina.k.morrow.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Contracting Command - Aberdeen Proving Ground intends to solicit under solicitation number W91CRB-12-R-0010, a 100% small business set aside indefinite quantity / indefinite delivery, firm fixed price contract. The ordering period shall not exceed three years from date of contract award. The contract will be for services in support of the military testing program, the maintenance and improvement of the various Test Ranges, environmental remediation, and the installation, maintenance and improvement of new and existing test facilities at the U.S. Army Aberdeen Test Center (ATC) in Aberdeen Proving Ground, MD 21005. Services to be provided shall be similar in scope, but not limited to the following: a. Excavation required to support test missions and range improvements at Trench Warfare, H-field, AA-5, Sandy Point, Abby Field, Churchville, and all other ranges and test areas at ATC. Excavation shall be in accordance with drawings and specifications provided in each Task Order. b. Installing stone pads or pouring concrete in support of ATC's mission. c. Providing electrical or plumbing services to various remote/temporary test support structures, and range targetry or instrumentation. d. Delivering stone or fill material to the work site. The contractor shall have access to barges to facilitate this delivery into Shore Station No. 3 or Shore Station No. 4. e. Driving piles to support various foundations. f. General site grading and leveling, including seeding and mulching as required by the Clean Water Act and Maryland sediment and erosion control regulations. g. Development of berms and dikes. This shall require the development of both berms on upland sites, and the development of dikes to shallow water areas. This development shall be in accordance with drawings and specifications provided by the COR. h. Providing tugs and personnel with appropriate US Coast Guard training and licenses, to transport barges in support of ATC's testing mission. i. Line handling personnel at the Underwater Test Facility (UTF) and Briar Point test ranges. j. Painting equipment and structures with personnel trained in lead abatement and Hazardous Waste Operations and Emergency Response (HAZWOPER). k. Rental of environmental enclosures. l. Providing a portable boiler (and operators) to support UTF test programs. m. Improvements to amphibious landing sites within ATC to support testing of amphibious vehicles. n. Install underground conduit, manhole, and handhole installations to support communications, fiber optic and copper cable, testing needs. o. Plow in cable systems, to include manhole and handhole installations, that support testing needs. p. Direct boring conduit systems, to include manhole and handhole installations, to support testing needs. q. Set utility poles that shall support testing needs. This shall include the installation of messenger lines and anchoring the poles. r. Remove existing cable from conduit systems. The Contractor shall be responsible for the disposal of cable removed. s. Power wash, clear and rod conduit systems. t. Pump out conduit systems with high volume pumps. u. Provide pumps to sink barges at the UTF barge landing area. This notice of intent is not a request for proposals or quotations. Requests for copies of a solicitation in response to this notice will not be honored or acknowledged. Interested parties may identify their interest and capability with regard to this requirement no later than 3:30 P.M. EST, 05 July 2012. All information submitted should support the offeror's capability to provide the services required, and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offeror's bona fide capability to provide these services. Verbal responses are not acceptable and will not be considered. Responses may be submitted via e-mail if the total file size is less than 5MB. Questions concerning this requirement should be e-mailed to Kristina.k.morrow.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1e4f8dc1e4e215b05589380804796d03)
 
Place of Performance
Address: ACC-APG - Aberdeen Division D ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN02781711-W 20120622/120621000635-1e4f8dc1e4e215b05589380804796d03 (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.