Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2020 SAM #6672
SOLICITATION NOTICE

R -- Multiple Award Task Order Contract (MATOC) Indefinite Delivery/Indefinite Quantity (IDIQ) for Environmental Services Activities at Various Locations within the U.S. Army Corps of Engineers (USACE) Honolulu District (POH) Area of Responsibility (AOR)

Notice Date
3/4/2020 4:55:40 PM
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
US ARMY ENGINEER DISTRICT HAWAII FORT SHAFTER HI 96858-5440 USA
 
ZIP Code
96858-5440
 
Solicitation Number
W9128A20R0008
 
Archive Date
03/24/2021
 
Point of Contact
Tracy Tenholder, Phone: 8088354382, Laura Temple, Phone: 8088354378
 
E-Mail Address
Tracy.N.Tenholder@usace.army.mil, Laura.D.Temple@usace.army.mil
(Tracy.N.Tenholder@usace.army.mil, Laura.D.Temple@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
******************** UPDATE from the�Centers for Disease Control and Prevention for the below Special Notice for pre-proposal site visit for�Seed Task Order Project � �Petroleum Contaminated Soil Removal, Aua Island of Tutuila, American Samoa"": To prevent the spread of�novel coronavirus, American Samoa requires non-US passport holders to spend at least 14 days in Hawaii before entering. American Samoa is now requiring arriving travelers born in or after 1957 to show proof of measles vaccination.* People born before 1957 are assumed to be immune to the disease and are exempt from this requirement. This requirement does not apply to US citizens or residents�unless�their travel to American Samoa originates in Samoa or Tonga. *Proof of measles vaccination: an immunization card that documents the type of vaccine, date of vaccination (minimum 14 days before travel), name and signature of provider, and the name and signature of person vaccinated. In addition, travelers from Samoa or Tonga must provide a proof of immunization form from the ministry of health of Samoa or Tonga. Documented laboratory confirmation of immunity or history of measles disease on an immunization card is also considered acceptable to meet the requirement. ******************** This announcement constitutes a Pre-solicitation notice (synopsis) in accordance with FAR Subpart 5.2. The U.S. Army Corps of Engineers, Honolulu District hereby announces its intent to issue a solicitation entitled ""Multiple Award Task Order Contract (MATOC) Indefinite Delivery/Indefinite Quantity (IDIQ) for Environmental Services Activities at Various Locations within the U.S. Army Corps of Engineers (USACE) Honolulu District (POH) Area of Responsibility (AOR)� as described within this announcement. THIS IS NOT A FORMAL SOLICITATION. The Government intends to issue a formal solicitation via a Request for Proposals (RFP) in accordance with FAR Part 15, which will follow this announcement and will take place no sooner than 30 days from the publication date of this announcement. The primary purpose of this announcement is to improve small business access to acquisition information and enhance competition by identifying contracting and subcontracting opportunities. The Government intends to solicit this requirement as a total small business set-aside in accordance with FAR Subpart 19.5. The North American Industry Classification code (NAICS) for this requirement is 562910. The North American Industry Classification System (NAICS) code for this program is 56910 (Environmental Remediation Services), with a size standard of 750 employees. This requirement is intended to be awarded as a firm-fixed priced environmental services contracts. The Government intends to award three (3) to five (5) IDIQ contracts as a result of this solicitation. The duration of the resulting contracts will include a five (5) year ordering period with an additional six (6) month option under FAR Clause 52.217-8, Option to Extend Services, for a total of five (5) years and six (6) months (if this option is exercised) or until the contract limit is reached, whichever comes first. Total length of the contract ordering period, including the options periods will not excess five (5) years and six (6) months from the date of contract award. The maximum capacity of the MATOC IDIQ is Not-to-Exceed $49,000,000.00. The Government intends to obligate itself to a one time minimum guaranteed amount of $3,000 during the term of each of the contracts. Contractors shall be required to conform to a separate scope of work for each task order, but in general the type and nature of the requirements will be in accordance with the ""General Project Information"" section within this announcement below. Firm will be required to perform fifty-one percent of the service under this contract. General Project Information Services related to 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 radiological wastes (HTRW) studies, as well as to provide services for any inadvertent ordnance issues, surveys, remediation, and removal. The services will include, but not be limited to, the following: Environmental assessments, environmental impact statements, social impact assessments, hazard investigations, data collection, literature searches, field investigations, site monitoring, risk assessments, research designs, mitigation measures, and environmental permits. Planning studies, preparation of master plans, and housing studies. Non-construction services related to site assessment, site characterization, removal of HTRW, HTRW cleanup, asbestos removal and disposal, contaminated soil removal, removal of underground storage tanks (USTs) and associated appurtenances, installation/closure of monitoring wells, emergency response, bioremediation, innovative technology methods, remediation of HTRW, and disposal of HTRW and/or unsafe debris. Ordnance removal and/or remediation activities as required (incidental finds) Specific requirements will be defined in each individual task order. The services may also include, but not be limited to, furnishing labor, transportation, equipment, material, supplies and supervision to perform each task specified in individual task orders. The Contractor will, depending upon the particular scope of work contained in any individual task order, conduct appropriate field surveys, visits, interviews, prepare required safety and health plans, conduct literature searches, execute suitable studies and prepare satisfactory reports, prepare required research designs, perform site monitoring and hazards investigations, execute suitable cleanup activities, prepare site assessment reports, site characterization reports, and site monitoring and disposal of HTRW and/or ordnance. Such work will be conducted by the Contractor with a primary emphasis on assisting in compliance with environmental laws and regulations. The work may involve 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. ***********SPECIAL NOTICE************* The forthcoming solicitation will result in the award of the initial Seed Project Task Order to one (1) of the successful MATOC recipients. A pre-proposal site investigation and conference will be conducted by the Government for the Seed Project on�April 4, 2020 at 10:00 A.M. Samoa Standard Time (SST)�for the associated Seed Task Order Project � �Petroleum Contaminated Soil Removal, Aua Island of Tutuila, American Samoa, Formerly Used Defense Sites CON/HTRW, Project No. H09AS000704�. A brief background and description of the scope for the Seed Project is attached. All potential offerors (prime contractors, subcontractors, and suppliers) are welcome to attend.�Representatives planning to attend are urged to book all travel reservations as soon as possible, as flights to/from Pago Pago International Airport, Tafuna, American Samoa, as well as lodging may be very limited. Offerors are cautioned to schedule flights by contacting their commercial travel agent for arrival at American Samoa not later than April 2, 2020. Departure from American Samoa is recommended on April 6, 2020. Representatives who plan to attend must�pre-register�no later than March 19, 2020 at 10:00 A.M. Hawaii Standard Time (HST)�by emailing the below POCs: Ms. Tracy Tenholder, 808-835-4382,�Tracy.N.Tenholder@usace.army.mil; and Ms. Laura Temple, 808-835-4378, Laura.D.Temple@usace.army.mil Provide your firm�s name and list of planned attendee�s names / contact information with �W9128A20R0008� in the subject line. A tour of the project sites will begin promptly on April 4, 2020 at 10:00 A.M. SST. All representatives attending shall meet at�Tradewinds Hotel, Ottoville Road, Tafuna, Western District, 96799, American Samoa, beforehand to sign-in and join the Government caravan out to the site. Class 2 ANSI Safety Vests will be required onsite. Note: Attendance at the pre-proposal site investigation, including transportation and lodging, will be at the expense of the Offeror. **********************************
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/090227cc3583418aac4ae3e75045891a/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05579373-F 20200306/200304230143 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.