Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2020 SAM #6961
SOLICITATION NOTICE

F -- MEGA Small Business Pre-placed Remedial Action Contract (PRAC)

Notice Date
12/18/2020 7:27:40 AM
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
W071 ENDIST KANSAS CITY KANSAS CITY MO 64106-2896 USA
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ21R3004
 
Archive Date
12/18/2022
 
Point of Contact
Michael Dolly, Phone: 8163893177, Eric C. Bowie, Phone: 8163893178
 
E-Mail Address
michael.s.dolly@usace.army.mil, eric.c.bowie@usace.army.mil
(michael.s.dolly@usace.army.mil, eric.c.bowie@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a pre-solicitation synopsis for the Pre-placed Remedial Action Contract (PRAC), Indefinite Delivery / Indefinite Quantity (ID/IQ) Multiple Award Task Order Contract (MATOC).� The contract is part of the U.S. Army Corps of Engineers (USACE), Multiple Environmental Government Acquisition (MEGA) Strategy.� The contract will support work assigned to the USACE Northwestern Division and the Environmental Protection Agency (EPA) Region 2, for hazardous, toxic and radioactive waste (HTRW) remediation projects for both civilian and military agencies of the Federal Government. The contract will include service and construction activities mandated by the Defense Environmental Restoration Program (DERP), Superfund, environmental compliance and pollution prevention projects under the Department of Defense Environmental Quality Program, Brownfields, Formerly Utilized Sites Remedial Action Program (FUSRAP), environmental cleanup activities under the Base Realignment and Closure (BRAC) Program, Department of Energy, Veterans Administration, Department of Homeland Security and the Federal Emergency Management Agency (FEMA), and other environmental and homeland security laws and regulations requiring support activities for military installations, USACE�s civil works projects, and work for other federal agencies. The DERP projects will include Installation Restoration Program (IRP) activities on active Army and Air Force installations and on Formerly Used Defense Sites (FUDS). �Performance will include a wide range of remedial action services at hazardous and radiological waste sites. These efforts may include environmental removal actions, remedial actions, and other remediation activities as well as related activities necessary to ensure complete and successful remediation.�� Remedial activities may include, but not be limited to, excavation, transportation, and disposal of hazardous, toxic, or radiological waste; construction and operation of groundwater treatment plants and extraction systems; decommissioning of existing facilities; installation and operation of in situ treatment technologies including but not limited to air sparging, chemical oxidation, chemical reduction, enhanced bioremediation, ground-water circulating wells, permeable reactive barriers, soil vapor extraction, and thermal treatment; remediation incidental to munitions constituents; mine waste reclamation or reclamation of abandoned mine lands; water line installations/service connections hookups; and utility line replacement and/or� remediation along utility lines; and erosion, sewer, and storm water controls for the purpose of compliance and/or pollution prevention; remediation activities related to emerging contaminants such as PFAS and 1,4-Dioxane.� Supporting activities include, but are not limited to, sampling and laboratory analysis of soil, groundwater, surface water, air, and sediments; monitoring well, extraction well, and injection well installation, monitoring, and maintenance; supporting facilities for construction; work plan preparation; construction completion reports, as-built drawings, periodic monitoring reports, operation and monitoring reports, and other documents as needed; demolition; and public relations activities. It is anticipated that the majority of the work will be conducted within EPA Region 2.� Architect-Engineer services under FAR Subpart 36.6 will not be performed under the contract. The solicitation will be issued on or after January 4, 2021 for the award of a MATOC with a target of ten (10) awardees; however, the Government has a right to select more or less than 10 awardees or none at all.� The maximum value for all orders issued against the contract is $176.25 million.� Orders may be either fixed-price or cost-reimbursement type.� The solicitation will be set aside for small business concerns and will utilize source selection procedures described in Federal Acquisition Regulation (FAR) Subpart 15.3. To be eligible for award, offerors must be registered in the System for Award Management (SAM) at www.sam.gov and be considered a small business under North American Industry Classification System (NAICS) Code 562910 for Environmental Remediation Services (750 employee size standard). There are no drawings associated with the solicitation. Copies of the solicitation and amendments thereto will be available by internet access only at the Governmentwide point of entry, https://beta.sam.gov (this website has officially replaced FBO.gov). This notice 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
SAM.gov Permalink
(https://beta.sam.gov/opp/af2fd6300a5b47b89b0347d2cd82bc87/view)
 
Record
SN05877569-F 20201220/201218230111 (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.