Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 22, 2020 SAM #6688
MODIFICATION

F -- Fence-To Fence Environmental Compliance Contract, Various Locations in Alaska and the Pacific Division AOR

Notice Date
3/20/2020 6:00:00 PM
 
Notice Type
Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
W2SN ENDIST ALASKA ANCHORAGE AK 99506-0898 USA
 
ZIP Code
99506-0898
 
Solicitation Number
W911KB-20-R-0005
 
Response Due
4/20/2020 3:00:00 PM
 
Archive Date
05/05/2020
 
Point of Contact
John L McComas, Phone: 907-753-2593, Tim Clapp, Phone: 907-753-2836
 
E-Mail Address
John.L.Mccomas@usace.army.mil, timothy.l.clapp@usace.army.mil
(John.L.Mccomas@usace.army.mil, timothy.l.clapp@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS THE SOLICITATION FOR FENCE-TO-FENCE ENVIRONMENTAL OPERATIONS. PROPOSALS WILL BE ACCEPTED BASED ON THIS POSTING IN ACCORDANCE WITH THE ATTACHED SOLICITATION PACKAGE. ""Government Furnished Information referenced in Attachment J-1 Table of Contents shall be requested by sending an email to the Contract Specialist, John McComas, at John.L.McComas@usace.army.mil. The email shall include the Point of Contact (POC) to coordinate GFI delivery via electronic means. Please include person's name, email address, telephone number, and mailing address. Note: In person pick up of disk will not be allowed at this time due to COVID-19 and potential base access issues. Should this situation change, a notice will be posted on beta.sam.gov."" CONTRACT INFORMATION:� Fence-to-Fence Single Award Task Order Contracts (SATOC), Primarily Alaska.� This acquisition is issued as 100% Total Small Business Set-Aside. �North American Industrial Classification System (NAICS) code is 562910, Environmental Remediation Services which has a size standard of 750 employees.�� This acquisition will be awarded as SATOC Indefinite Delivery Contract (IDC) contract consisting of a base year and four (4) 1-year option periods (if exercising is in the Government�s best interest).� The overall program capacity is $35M.� The resultant IDC will have firm fixed price (FFP) task orders.� The IDC will have a minimum guarantee amount of $10,000 for the entire contract period. DESCRIPTION OF WORK: The objective of this contract is to provide Fence-To-Fence Environmental Operations and Services in support of customers serviced by the U.S. Army Corps of Engineers (USACE), Alaska District to include the United States Air Force (USAF) and Air Force Civil Engineer Center (AFCEC). Environmental Services work executed under this Fence-to-Fence contract will include, but are not limited to: Environmental Compliance Support; Air Emissions Inventory (AEI) Data Management; Recordkeeping, Title V; Recordkeeping, Minor and Minor General; Reporting, Emergency Planning and Community Right-to-Know Act (EPCRA); Installation HAZMAT Management Program Manager (IHMP) Support; Hazardous Waste (HW) Management Support; HW Management Plan Update; Hazardous Waste; Recycling, Integrated Solid Waste; Other Regulated Waste; Pollution Prevention; Sampling, Analysis and Monitoring (SAM); Plan Updates; Environmental Media Inspections; Spill Prevention Control and Countermeasure (SPCC) Recertification / Facility Response Plan (FRP) Resubmission; Oil Discharge Prevention and Contingency Plan (C-Plan); Oil Discharge Prevention and Contingency Plans (ODPCP); Storm water Reports. Examples of specific services include tasks such as operating, maintaining, and optimizing pollution control; characterizing waste streams; performing environmental monitoring, sampling, and analysis; operating a hazardous waste accumulation site; inspections, and updating existing environmental plans. The single-award task order contract (SATOC) indefinite-delivery contract tool is anticipated to support various environmental services within the USACE Alaska District, to include but not limited to Joint Base Elmendorf-Richardson (JBER), Eielson Air Force Base (EAFB), Clear Air Force Station (CAS) and Pacific Regional Support Center (PRSC) areas of responsibility. Primary performance locations will be within the State of Alaska, but some work may be performed outside of Alaska but within the USACE POD area of responsibility (AOR). All offerors are advised that this solicitation may be canceled or revised at any time during solicitation, selection, evaluation, negotiation and up to final award.� If the solicitation is cancelled, all proposal preparation costs will be borne by the offeror.� All offerors must be registered in the System for Award Management (SAM) at http://www.sam.gov.� �Joint ventures must be registered in SAM as the joint venture.� Offerors are advised to begin this process when they prepare their proposal in order to ensure this registration is in place should they be selected for the award.� Lack of registration in the SAM database will make an offeror ineligible for award. OBTAINING THE SOLICITATION:� The solicitation for this acquisition will be provided in electronic format only and is currently scheduled to be available for download on or about 16 March 2020 at the Government Point of Entry website at https://beta.sam.gov/.� �Enter this solicitation number (W911KB-20-R-0005) using the Contract Opportunities drop down option in the dialogue box.� Any future amendments to the solicitation will also be available for download from this website.� All notifications of changes to this solicitation shall be made through the internet only.� �It is the Offeror�s responsibility to check for any posted changes to this solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8813044ff2d44425aa60eb26eadea805/view)
 
Place of Performance
Address: AK, USA
Country: USA
 
Record
SN05595487-F 20200322/200320230139 (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.