Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2015 FBO #5046
SOLICITATION NOTICE

J -- Removal of Trichloroethylene (TCE) from Glycol Solution - Request for Proposal (RFP)

Notice Date
9/15/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE CRRAEL, Hanover, 72 LYME ROAD, HANOVER, New Hampshire, 03755-1290, United States
 
ZIP Code
03755-1290
 
Solicitation Number
W913E5-15-R-0007
 
Archive Date
11/30/2015
 
Point of Contact
Will McFarland, Phone: 6036464119, Ashley M. Jenkins, Phone: 2173737297
 
E-Mail Address
william.a.mcfarland@usace.army.mil, ashley.m.jenkins@usace.army.mil
(william.a.mcfarland@usace.army.mil, ashley.m.jenkins@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFP Attachment 1 - Wage Determination Request for Proposal W913E5-15-R-0007 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The attached solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. Please find the attached formal request for quotations. This procurement is 100% set aside for small businesses. The solicitation number for this request for quotations (RFQ) is W913E5-15-T-0013. The associated North American Industry Classification System (NAICS) code is 562910 - Remediation Services, which has a size standard of $20,500,000. The U.S. Army Engineer Research and Development Center (ERDC), Cold Regions Research and Engineering Laboratory (CRREL) in Hanover, NH has a requirement for the removal and disposal of trichloroethylene (TCE) from a glycol refrigeration line. Work shall be performed in accordance with the Performance Work Statement in Section C of the attached RFQ. The Government prefers that all work be completed as soon as possible, or before December 15, 2015; however, performance schedules ending after December 15, 2015 may be deemed acceptable. Evaluation Factors: Credentials Technical capability to meet the government's requirements; Performance schedule; Total proposed price. Credentials: Proof of HAZWOPER training for all individuals to work under this requirement must be provided with proposals. The remainder of the proposal will not be evaluated if proof of current HAZWOPER training is not present in the offeror's submission. Technical Capability: Proposals must explain the process that will be used to remove the TCE from the contaminated glycol. If similar methods have been used successfully by your company, please provide a detailed description of those circumstances with your proposal. Lastly, proposals must provide a detailed description of how TCE levels will be monitored during the remediation process. Performance Schedule: Proposals must include an offeror's proposed performance schedule, including specific proposed beginning and end dates of work. Pricing: Offerors must include a single firm fixed-price to complete all work in accordance with the Performance Work Statement. All evaluation factors other than price, when combined, are approximately equal to price. The Government reserves the right to award to other than the lowest price if an offer is found technically superior and the proposed delivery schedule is more favorable than that of the other offerors. For further instructions and evaluation criteria, please see sections L and M of the attached RFP. Responses to this notice are due no later than 23 September at 12:00 pm EST to: William.A.McFarland@usace.army.mil Telephone responses will not be accepted. *Note: In order to be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete both FAR and DFARS representations and certifications. This system combines data that was formerly contained in the Central Contractor Registration (CCR), Online Representations and Certification (ORCA), and the Excluded Parties List System (EPLS). For more information, review the SAM website at https://www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/332/W913E5-15-R-0007/listing.html)
 
Place of Performance
Address: 72 Lyme Road, Hanover, New Hampshire, 03755, United States
Zip Code: 03755
 
Record
SN03887392-W 20150917/150916000749-f720eab7779d5194abc4c8338fc5aa44 (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.