Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2012 FBO #4032
MODIFICATION

B -- MULTIPLE ENVIRONMENTAL GOVERNMENT ACQUISITION (MEGA), 8(a) SMALL BUSINESS, INDEFINITE DELIVERY/INDEFINITE QUANTITY (ID/IQ)MULTIPLE AWARD TASK ORDER CONTRACT (MATOC), SEATTLE, WA

Notice Date
12/6/2012
 
Notice Type
Modification/Amendment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-13-R-0005
 
Response Due
1/22/2013
 
Archive Date
2/4/2013
 
Point of Contact
Sonia Frees, 206-764-3516
 
E-Mail Address
USACE District, Seattle
(sonia.m.frees@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
EFFECTIVE 12/6/2012, CORRECTION TO CHANGE RESPONSE DATE TO 1/22/2013. ALL ELSE POSTED ON 12/5/2012 REMAINS THE SAME AS LISTED BELOW. THIS PROJECT WAS PREVIOUSLY ISSUED AS W912DW-12-R-0009 & HAS NOW BEEN CHANGED TO W912DW-13-R-0005, EFFECTIVE 12-5-2012. The point of contact is now Stephanie Randall, 206.764.3781, email: stephanie.d.randall@usace.army.mil This acquisition is set aside for competition restricted to 8(a) Small Business. This solicitation will be used to facilitate the award of a Firm Fixed Price/Cost Reimbursement, Environmental Consulting Services (ECS), $60M, Indefinite Delivery/Indefinite Quantity (ID/IQ), Multiple Award Task Order Contract (MATOC) as part of the U.S. Army Corps of Engineers, Northwestern, Southwestern and South Pacific Divisions' Multiple Environmental Government Acquisition (MEGA) Strategy, and is for Environmental Consulting Services (ECS) under NAICS Code 541620 in support of the U.S. Army Corps of Engineers (USACE) Northwestern Division (NWD) area of responsibility (AOR) or other locations where NWD work may be assigned. Firm fixed price (FFP) and Cost Reimbursement (CR) task orders may be written against the IDIQ contracts. The intent is to award three (3) contracts; however, if the Contracting Officer (CO) determines during the source selection process that fewer or more than that number of contracts should be awarded, the CO has the discretion of adjusting that number (higher or lower), or awarding none at all. In any case, the Government may not award any contract if the resulting contract would not represent a quote mark best value quote mark to the Government using trade-off selection procedures as required by the federal acquisition regulations and additional guidance. PERFORMANCE PERIOD. Contracts will have a basic performance period of three (3) years, and a two (2) year option period or until the $60 million contract limit is reached, whichever comes first. Total length of the contract, including the option period, will not exceed five (5) years from date of contract award. The dates below are subject to change according to the actual date of award. The period of a year is of 365 days (or 366 days in leap years) starting from the date of award; 12 month cycle. The Base period and each Option Year will be calculated in 12 month cycles. SOLICITATION. This solicitation will be issued in only an electronic format and will be available to download on or about 20 December 2012 at: http://fbp.gov. Pursuant to Federal Acquisition Regulations (FAR), the solicitation will be available for download not earlier than 15 days following the posting of this synopsis. Pursuant to FAR, the response date of the solicitation is no earlier than 30 days from the date of the solicitation release date. The proposal due date will be noted on the solicitation at the time of issue. TECHNICAL QUESTIONS. Performance Work Statement (PWS) Technical questions will not be addresses at this time. Copies of this solicitation will not be provided by the Seattle District Office. All documents will be available by INTERNET ACCESS ONLY; 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). PROPOSAL EVALUATION. Technical proposals will be evaluated 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; Corporate Plans, Practices, and Procedures; and Cost/Pricing which will be subjectively evaluated. A sample project and quality assurance surveillance plan (QASP) will be included in the solicitation, and contractors will be required to complete separate pricing information for the project. NOTE. There are no plans, specs, or drawings associated with this synopsis at this time. Any plans and specifications will be available for download on the FedBizOpps website ONLY. Compact Disks will not be sent out and an Interested Parties List will be available on the FedBizOpps website. Instructions to access technical data, the interested parties list, and the associate software required (viewers) to view the project plans and specifications will be made available on the Seattle District Contracting Division web page https://www.nws.usace.army.mil/html/ct-m/webpage.htm), AFTER the solicitation is posted. All amendments will be posted in FedBizOpps. It shall be the contractor's responsibility to check the website for any amendments. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. Interested parties are reminded that they are responsible for checking for new information posted to FedBizOpps. A contract award may or may not result from this solicitation, and all costs associated with preparing proposals are at the contractor's own expense. The Contract Specialist point of contact for this project is STEPHANIE RANDALL, and can be contacted via email: Stephanie.d.randall@usace.army.mil or telephone at 206.764.3781. Technical questions will not be addresses at this time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-13-R-0005/listing.html)
 
Place of Performance
Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN02943781-W 20121208/121206234448-9d7e011ae0538c0abde56e26468e9dcf (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.