SOLICITATION NOTICE
Y -- Former Sunflower Army Ammunition Plant - Explosive Decontamination and Removal of Outside Sewer Lines
- Notice Date
- 3/16/2016
- Notice Type
- Presolicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Kansas City, Attn: CENWK-CT, 635 Federal Building 60l East 12th Street, Kansas City, Missouri, 64106-2896, United States
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ-16-R-3007
- Archive Date
- 5/1/2016
- Point of Contact
- William J. Hill, Phone: 9163893827
- E-Mail Address
-
william.j.hill@usace.army.mil
(william.j.hill@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Synopsis: The site consists of various Solid Waste Management Units (SWMU) and Areas of Concern (AOC). As a result of activities at the installation throughout the years, sewer lines connecting these SWMUs and AOC's have been impacted with explosives. This contract will support work for the Defense Environmental Restoration Program and the Explosive Decontamination Program. The Explosive Decontamination work will include the removal and decontamination of potentially explosive sewers. The Environmental Remediation work will include investigation and cleanup of environmental contamination underneath the explosive sewers, after the explosive hazards have been removed and the soil has been certified as Material Documented as Safe (MDAS). The solicitation will be issued on or after 01 April 2016. This Solicitation will be set aside for eligible small business concerns registered under NAICS 562910 - Environmental Remediation Services (ERS). The subsequent contract will be awarded as a construction contract. The magnitude of this construction contract is estimated between $25,000,000 and $100,000,000. Proposal Evaluation: The Government is utilizing the procedures in FAR 15.3 "Source Selection" under competitive negotiated proceedings to select the proposals that represent the best value to the Government. The trade-off process inherent in best value source selection allows the government to consider award to other than the lowest priced offeror or other than the highest technically rated offeror, per FAR 15.101. Consequently, all evaluation factors that may affect the contract award and their relative importance will be clearly stated in the solicitation. Offerors: Please be advised of on-line registration requirement in the System for Award Management (SAM) database http://www.sam.gov/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. There are no drawings associated with this Request for Proposal. Copies of this solicitation are available by INTERNET ACCESS ONLY. Notification of amendments shall be made via Internet only, as well. It is therefore the Contractor's responsibility to check the following address daily for any posted changes to this solicitation. For security reasons, all technical and engineering data related to this solicitation will be distributed using the Federal Business Opportunity (FBO) system, at www.fbo.gov. FBO is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested Offerors MUST register with FBO or they will not be able to download information from the site. Registration instructions can be found on the FBO website at www.fbo.gov by clicking on the Register Now hyperlink. Contractors registered with FBO may view and/or download this solicitation and all amendments from the Internet AFTER SOLICITATION ISSUANCE. All amendments will be posted to FBO. It shall be the contractor's responsibility to check the website for any amendments. Interested parties are reminded that they are responsible for checking on new information posted to FBO. The information being requested does not constitute a commitment on the part of the Government to award a contract, nor to pay for any costs incurred as a result in replying to this notice. This notice should not be construed as a commitment by the Government for any purpose.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-16-R-3007/listing.html)
- Place of Performance
- Address: DeSoto, Kansas, 66018, United States
- Zip Code: 66018
- Zip Code: 66018
- Record
- SN04052496-W 20160318/160316235250-a0d0f92983a2df39584807a0c4f15e1c (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 |