SOLICITATION NOTICE
F -- Environmental/Ordnance Activities at Various Locations and Areas within the Pacific Ocean Division (POD) Area of Responsibility (AOR)
- Notice Date
- 1/14/2016
- Notice Type
- Presolicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE HNC, Huntsville, P. O. Box 1600, Huntsville, Alabama, 35807-4301, United States
- ZIP Code
- 35807-4301
- Solicitation Number
- W912DY-15-R-0216
- Archive Date
- 1/29/2016
- Point of Contact
- Kimberly Robinson, Phone: 2568951151
- E-Mail Address
-
Kimberly.M.Robinson@usace.army.mil
(Kimberly.M.Robinson@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Army Engineering and Support Center, Huntsville (CEHNC) will be soliciting proposals on a Small Business Set Aside basis for Environmental/Ordnance Activities at Various Locations and Areas within the Pacific Ocean Division (POD) Area of Responsibility (AOR) under solicitation number W912DY-15-R-0216. For this acquisition, CEHNC proposes to award Multiple Award Task Order Contract (MATOC)/Indefinite Delivery/ Indefinite Quantity (IDIQ) Firm Fixed-Price (FFP) contract. This is not a Request for Proposal (RFP). It is anticipated that a RFP will be issued approximately 15 days after the release of this announcement. CEHNC is seeking three (3) Small Business contractors to provide environmental services for the Honolulu District. These services are to assist the Honolulu district in the acquisition and execution of their environmental and ordnance work and with the adherence to the requirements of the various states, federal and/or local requirements. The firms selected for this MATOC shall have experience in working within the Pacific Rim and should be knowledgeable in the regions geology, hydrogeology, biology, historic preservation, and sociology. The service required include the preparation of environmental documents to meet environmental requirements of various Federal, State or Local laws and/or regulations and to provide environmental cleanup and remediation for hazardous/toxic radioactive wastes (HTRW) studies and military munitions response program (MMRP). This also includes services for any ordnance issues, surveys, remediation, and removal. The Contractors shall, under the performance work statement (PWS) in each task order, do the following tasks: conduct appropriate field surveys, visits, interviews, prepare required safety and health plans, conduct literature or document searches, execute suitable studies and prepare satisfactory reports, prepare required research designs, perform site monitoring, hazards investigations, and human health and ecological risk assessments, execute suitable cleanup activities, assist with community relations and public outreach as needed, prepare site assessment reports, site characterization reports, and site monitoring and disposal of HTRW and/or ordnance. This work will be conducted by the Contractor with a primary emphasis on assisting in compliance with environmental laws and regulations. The work may involves disciplines in environmental assessments/impact studies, sociology, economics, noise quality, air quality, water quality, marine biology, aquatic ecology, wetlands, flora, fauna, planning, hazardous/toxic wastes management, geophysics, risk assessment, public health, safety, ordnance, aesthetic studies, chemistry, medical wastes, asbestos, radiological wastes, occupational health, and industrial hygiene. The activities will pertain primarily but not exclusively to military activities; to the planning, construction, operations and maintenance of Corps' activities; and other agencies. These studies and reports shall be in accordance with, but not limited to and where appropriate, the requirements of: FEDERAL REQUIREMENTS Clean Air Act, as amended Archaeological and Historic Preservation Act, as amended Clean Water Act (Federal Water Pollution Control Act), as amended Comprehensive Environmental Response, Compensation, and Liability Act, as amended (CERCLA) Coastal Zone Management Act of 1972, as amended Endangered Species Act of 1973, as amended Estuary Protection Act of 1986, as amended Federal Water Project Recreation Act, as amended Marine Mammal Protection Act of 1972 Marine Protection, Research, and Sanctuaries Act, as amended (MPRSA) National Environmental Policy Act of 1970, as amended National Historic Preservation Act of 1966, as amended Resource Conservation and Recovery Act River and Harbor Act of 1899, as amended Superfund Amendments and Reauthorization Act, as amended Toxic Substances Control Act, as amended Watershed Protection and Flood Prevention Act, as amended Wild and Scenic Rivers Act, as amended STATE OR LOCAL REQUIREMENTS Chapter 343, Hawaii Revised Statutes (State EIS law) Conservation District Use Application Coastal Zone Management Special Management Area Statewide or Area-wide Clearinghouse Hawaii Revised Statutes Chapters 128D and 128E Hawaii Administrative Rules Chapter 11-451 In addition to the above, there are certain Executive Orders, promulgated regulations, and implementing guidance documents such as, but not limited to; Executive Order 11990 (Protection of Wetlands), Air Force Regulations (AFR) 19-2 "Environmental Impact Analysis Procedures", Engineering Regulations (ER) 200-2-2 (Procedures for Implementing NEPA"),ER 200-2-3 Environmental Compliance Policies, 32 CFR Part 651 Environmental Analysis of Army Actions [AR200-2], AFR 126-7 ("Historic reservation:), AR 420-40 ("Historic Preservation"), ER 200-3-1 (Formerly Used Defense Sites Policy), and Department of Defense Explosives Safety Board Technical Paper 18. The MATOC ID/IQ contracts will have an ordering period of five years (one-year base period and four one-year option periods) with a maximum total value of $9.8 million. The intent is to award three (3) contracts to the most highly qualified small businesses and responsible offerors whose proposals are determined to be the "Best Value" to the Government, price and other factors considered by the Source Selection Authority (SSA). Detailed ordering procedures will be included in the solicitation to specify the circumstances for issuing task orders. Under the contract, task orders will be awarded as Firm Fixed-Price and these task orders will be subject to the Services Contract Act (SCA). The RFP will be available electronically at https://www.fbo.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-15-R-0216/listing.html)
- Place of Performance
- Address: Various Locations and Areas within the Pacific Ocean Division (POD) Area of Responsibility (AOR), United States
- Record
- SN03992536-W 20160116/160115083531-b4310c283f3378d349d9c2c44429e67b (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 |