Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 09, 2020 SAM #6797
SOLICITATION NOTICE

F -- Corrective Measures Implementation (CMI) for Eight (8) Solid Waste Management Unit (SWMU) Sites, Hawthorne Army Depot, Nevada

Notice Date
7/7/2020 10:05:51 AM
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
US ARMY ENGINEER DISTRICT SACRAMENT SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Solicitation Number
W9123820R0065
 
Response Due
7/22/2020 5:00:00 PM
 
Archive Date
08/06/2020
 
Point of Contact
Roxana Ahola, Phone: 9165577599, Daniel E. Czech, Phone: 9165577012
 
E-Mail Address
roxana.ahola@usace.army.mil, Daniel.E.Czech@usace.army.mil
(roxana.ahola@usace.army.mil, Daniel.E.Czech@usace.army.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
The U.S. Army Corps of Engineers, Sacramento District, intends to issue a Request for Proposal (RFP) solicitation for Corrective Measures Implementation (CMI) for Eight (8) Solid Waste Management Unit (SWMU) Sites, Hawthorne Army Depot, Nevada (HWAD). HWAD is located in Mineral County, Nevada, approximately 135 miles southeast of Reno, Nevada. The Installation occupies approximately 147,236 acres and is bounded by the Wassuk Mountains on the west, the Gillis Mountains on the east, and the Excelsior Mountains on the south. Walker Lake bounds the Installation to the north, with part of the lake inside the Installation boundary. HWAD is a Government Owned/Contractor Operated facility and the current operator is SOC Nevada LLC. This requirement involves Compliance Restoration (CR) and Installation Restoration Program (IRP) sites. CR sites fall under the Installation Restoration Program (IRP). The Contractor shall be responsible for providing full�environmental restoration services for which the United States Department of the Army (the �Army�) is statutorily responsible; addressing any and all environmental, explosive safety, scheduling, and regulatory issues; and, assuming contractual liability and responsibility for the achievement of the performance objectives for the cleanup sites at Hawthorne Army Depot (the �Installation�) that will be identified in the�solicitation in the Performance Work Statement (PWS), including any sites with off-installation contamination for which the Army is responsible. The Contractor must possess all the required expertise, knowledge, equipment and tools required to meet or exceed the government�s objectives identified in the PWS in accordance with established industry standards. The Contractor must have the capability and experience to perform, or provide, a wide range of investigative, and corrective action implementation services required for hazardous substance and waste sites. Work will include corrective measures plan development, corrective measures implementation (installation), corrective measures implementation (operation), and long-term management. It is the Contractor's responsibility to comply with all applicable federal, state and local laws and regulations and to fulfill the performance objectives of the�PWS in a manner that is consistent with any applicable orders or permits, all existing and future cleanup agreements or guidance for the Installation, and relevant Department of Defense (DoD) and Army policy, for the duration of the contract. The Contractor must perform all the necessary environmental remediation/corrective measures work as required to meet the performance objectives of the�PWS. Corrective Measures Implementation is being conducted pursuant to Resource Conservation and Recovery Act (RCRA) with regulatory coordination with the Nevada Division of Environmental Protection (NDEP). Hawthorne Army Depot has a RCRA permit through NDEP for Corrective Actions at Solid Waste Management Units (SWMUs). Notification of amendments will be made via Internet only at the Goverment Point of Entry (GPE) which is currently beta.SAM.gov., which is�is a web-based dissemination tool designed to safeguard acquisition- related information for all Federal agencies.��Interested offerors MUST register with beta.SAM.gov or they will not be able to download information from thesite. Registration instructions can be found on the beta.SAM.gov . and those who register�may view and/or download this solicitation and all amendments from the internet AFTER SOLICITATION ISSUANCE. All amendments will be posted to beta.SAM.gov. 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 beta.SAM.gov.� as this will normally be the only method of distributing amendments prior to closing.� 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. At this time, no Pre-Solicitation Conference is planned for this solicitation. If the Government does elect to hold a Pre-Solicitation Conference, the pre-solicitation announcement will be modified accordingly. There�may�be an organized site visit planned for this solicitation. The details will be included in the solicitation. If a site visit is scheduled and there are any changes to the scheduled site visit, the correct time and location will be included in the solicitation or amendments as applicable. This is a competitive acquisition for the award of a Firm Fixed Price�contract to be issued as a set aside for an�8a Small Business. The solicitation will be publicized as such on the beta.SAM.gov wesite. The award will be made to the proposal that conforms to the solicitation and represents the best value to the Government utilizing evaluation factors such as technical capabilities, past performance, and price.� Consequently, all evaluation factors that may affect the contract award and their relative importance will be clearly stated in the solicitation. The estimated period of performance is 5 years from award date. The solicitation will be available on or about 24�July 2020, and proposals will be due on or about 24�August�2020. The solicitation, including any amendments, shall establish the official opening and closing dates and times. This procurement is 100% 8a Small Business set-aside with a North American Industry Classification System (NAICS) Code is 562910 (Remediation Services).� Prior to bidding, interested offerors must have an active registration in the System for Award Management (SAM). Firms can register via the SAM internet web-site at htts://www.sam.gov/portal/public/SAM/. If the offeror is a Joint Venture (JV), the JV entity must have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an offeror is not successfully and actively registered in the SAM database, the Government reserves the right to award to the next prospective offeror.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d5eaff0594b64b34b7a49ddd741fd7ce/view)
 
Place of Performance
Address: Hawthorne, NV 89415, USA
Zip Code: 89415
Country: USA
 
Record
SN05713181-F 20200709/200707230150 (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.