SOLICITATION NOTICE
L -- PROVIDE SURFACE AND LIMITED SUBSURFACE CLEARANCE TO SAFELY LOCATE, IDENTIFY, MARK AND DISPOSE OF MILITARY MUNITIONS AND EXPLOSIVES OF CONCERN(MEC), U.S. ARMY, NATIONAL TRAINING CENTER, FORT IRWIN, SAN BERNARDINO COUNTY, CALIFORNIA
- Notice Date
- 1/17/2015
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- USACE District, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
- ZIP Code
- 90053-2325
- Solicitation Number
- W912PL-15-R-0011
- Response Due
- 2/2/2015
- Archive Date
- 3/18/2015
- Point of Contact
- Pat Bonilla, (213)452-3255
- E-Mail Address
-
USACE District, Los Angeles
(patricia.b.bonilla@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The proposed contract is to provide surface and limited subsurface clearance services to safely locate, identify, mark and dispose of Military Munitions and Explosives of Concern (MEC), remove, inspect, demilitarize and sale munitions debris as scrap metal at the National Training Center, Fort Irwin, California. In addition, the contractor may be required to provide MEC support to construction, biological and archeological activities on an as needed basis. All types of munitions, bombs, rockets, land mines, grenades, projectiles and small arms have been used at Fort Irwin and may be encountered. The proposed contract will be an Indefinite Delivery Indefinite Quantity contract for one base year and 4 option years. The contract capacity is not to exceed $25,000,000.00. The acquisition method is best value tradeoff negotiated procurement. Both a technical proposal and a price proposal will be required. This process permits tradeoffs among cost or price and non-cost factors and allows the Government to accept other than the lowest priced proposal. All technical evaluation factors other than cost or price, when combined, are more important than cost or price. Evaluation factors may consist of the following: (1) Technical Approach; (2) Site Specific Safety and Quality Control/Management Methods: (3) Experience in Munitions and Explosives of Concern Safety and Quality Control; (4) Personnel and Corporate Experience in Range Maintenance Work; (5) Past Performance; (6) Organization/Management Structure. The evaluation factors may be revised during the solicitation phase, offerors are advised to consult the solicitation/amendments for the factors to be evaluated. ALL OFFERORS ARE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS. This project is 100% SMALL BUSINESS SET ASIDE. ORDERING SOLICITATION: The solicitation will be available on or about February 2, 2015. The solicitation and any amendments for this Request for Proposal will be posted on www.fbo.gov. Please visit the FedBizOps website for further information regarding registration and/or accessing the solicitation. It is the responsibility of the contractor to check www.fbo.gov frequently for any amendments or changes to the solicitation. The Government is not responsible for any loss of internet connectivity or for an offerors inability to access the document posted at the referenced website. No CD's or paper copies will be made available. For the list of planholders, visit www.fbo.gov website and click on the quote mark Interested Parties quote mark tab under the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-15-R-0011/listing.html)
- Place of Performance
- Address: US ARMY NATIONAL TRAINING CENTER, FORT IRWIN FORT IRWIN CA
- Zip Code: 92310
- Zip Code: 92310
- Record
- SN03619308-W 20150119/150117233025-79ced650c58558a4026e1d1c9d81c680 (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 |