SPECIAL NOTICE
C -- Shallow Land Disposal Area (SLDA) Draft RFP - Section J Attachments - Draft Solicitation
- Notice Date
- 12/19/2012
- Notice Type
- Special Notice
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Buffalo, 1776 Niagara St., Buffalo, New York, 14207-3199, United States
- ZIP Code
- 14207-3199
- Solicitation Number
- W912P4-13-R-0001
- Archive Date
- 2/6/2013
- Point of Contact
- Tyrone B. Palaganas, Phone: 7168794126
- E-Mail Address
-
tyrone.b.palaganas@usace.army.mil
(tyrone.b.palaganas@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft RFP Health, Safety and Emergency Response Procedures for Contaminated Sites Govt. Safety Requirements Accident Investigation Report Payment Estimate (ENG 93) OPSEC Cover Sheet (Govt. to finalize by final RFP) Crane Certificate of Compliance Monthly Manhour Exposure Form APP/SPP GFP/E Sample Task Order Past Performance Questionnaire SCA Wage Determination Haz Waste SCA Wage Determination DBA Wage Determination Fully Burdened Labor Rates w/Escalation Site Layout This announcement constitutes a Special Notice (Draft RFP) for industry comment. PLEASE NOTE THAT THIS IS MARKET RESEARCH ONLY. The U.S. Army Corps of Engineers (USACE), Buffalo District (LRB), proposes to contract in the future for Environmental Remediation Services in support of continued remediation activities at the Formerly Utilized Sites Remedial Action Program (FUSRAP) Shallow Land Disposal Area (SLDA) Site in Armstrong County, PA. 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, in 2013. Responses shall be limited to a maximum of five (5) pages. Microsoft Word is preferred and tables may be used. Please refrain from presenting marketing type material. This will be a ten (10) year Indefinite Delivery Contract (IDC) Single Award Task Order Contract (SATOC) for Environmental Remediation Services under NAICS Code 562910. Cost reimbursement and Firm-fixed price (FFP) task orders will be written against the contract. This announcement is unrestricted. As such, it is open to large and small businesses. The planned period of performance for the contract will include a base period of three (3) years and seven, one year option periods. It is anticipated that the contract will be awarded not earlier than September 2013. 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. The proposed limit on the value of individual Task Orders is $45M 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 $500 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 SLDA Site. Task Orders will be issued as cost-reimbursement (CR) and FFP based on the requirements of the Performance Work Statement (PWS). Please reference the IDIQ PWS for a list of required services. The majority of the Task Orders that will be issued under this SATOC contract will be for services related to requirements of the Environmental Remediation Services required at SLDA. The remedial action activities will consist of, but are not limited to, the excavation, characterization, packaging, transportation and disposal of radioactive contaminated soil, including general conditions, project support, groundwater treatment, air monitoring, general construction and waste handling and management. Before any work can commence at the site, work plans must be approved by USACE. 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) System for Award Management (SAM). Register via the SAM Internet site at https://www.sam.gov or by calling 1-866-606-8220. D&B can be reached by calling 1-866-705-5711. Contractors are also required to use the Online Representations and Certifications Application (ORCA) found in the SAM website. The Government intends to utilize the Best Value Continuum for Source Selection in accordance with FAR 15.101. Responses: The SLDA PDT is seeking industry involvement in shaping the final RFP package for this unique project. Responses are not required, but are strongly encouraged. Responses shall be limited to a maximum of five (5) pages. Microsoft Word is preferred and tables may be used. Please refrain from presenting marketing type material. Site Visit: As this is a draft solicitation for industry comment, a site visit for this procurement may be arranged based on demand. A minimum of four (4) non-local prime contractors with an interest in bidding will be required to arrange a site visit. Local contractors in the Western Pennsylvania area may be granted access to the site for one (1) site visit. A site visit for the final RFP will be made available and be strongly encouraged. 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. Contracting Office Address: USACE, Buffalo District, ATTN: CECT-LRB, 1776 Niagara St, Buffalo, NY 14207.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACW49/W912P4-13-R-0001/listing.html)
- Place of Performance
- Address: Parks Township, Armstrong County, Pennsylvania, United States
- Record
- SN02952516-W 20121221/121219235114-1eb177a271cc97efd3054617b68c1f12 (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 |