SOLICITATION NOTICE
F -- IDC SATOC for EMS, Consulting Services, and Training Projects in Primary Support of SWD RPEC, CONUS, Alaska, Hawaii, Commonwealth of Puerto Rico, Northern Mariana Islands, and U.S. Territories of American Samoa, Guam, and the U.S. Virgin Islands
- Notice Date
- 1/18/2023 10:44:45 AM
- Notice Type
- Solicitation
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- US ARMY ENGINEER DISTRICT TULSA TULSA OK 74137-4290 USA
- ZIP Code
- 74137-4290
- Solicitation Number
- W912BV23R0044
- Response Due
- 2/23/2023 12:00:00 PM
- Archive Date
- 01/18/2024
- Point of Contact
- Brenda Anderson, Phone: 918-669-7274
- E-Mail Address
-
Brenda.K.Anderson@usace.army.mil
(Brenda.K.Anderson@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Indefinite Delivery Contract (IDC) for Environmental Management System (EMS), Consulting Services, and Training Projects in Primary Support of SWD RPEC, CONUS, Alaska, Hawaii, and the Commonwealth of Puerto Rico, Northern Mariana Islands, and U.S. Territories of American Samoa, Guam, and the U.S. Virgin Islands in accordance with UAI Subpart 5107.102-100 and ER 5-1-10.The Tulsa District, U.S. Army Corps of Engineers is issuing Solicitation #W912BV-23-R-0044 for a Firm Fixed-Price, Indefinite Delivery Contract for the procurement of Environmental Management System (EMS), Consulting Services, and Training Projects in Primary Support for the Southwestern Division (SWD) Regional Planning and Environmental Center (RPEC), CONUS, Alaska, Hawaii, and the Commonwealth of Puerto Rico, Northern Mariana Islands, and U.S. Territories of American Samoa, Guam, and the U.S. Virgin Islands in accordance with UAI Subpart 5107.102-100 and ER 5-1-10. This requirement is to provide environmental management system (EMS), consulting services, and training, and related services that may include full time on-site support services associated with the management of EMS projects. Wage Determinations will be incorporated with each task order, if required. This will be a performance-based procurement. Scope specifics will be defined/detailed and monitored under each task order. The IDC will be for a base period of performance of five (5) years and one option period of two (2) years for a total of seven (7) years.The North American Industrial Classification System (NAICS) Code is 541620 and the applicable Small Business Size Standard, as established by the U.S. Small Business Administration, is $16.5 million dollars.The solicitation is being issued via Internet only on the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) suite (https://piee.eb.mil). Notification of amendments shall be made via the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) suite (https://piee.eb.mil). It is the contractors? responsibility to check the above listed internet address daily for any posted changes to the solicitation. Any amendments issued to the solicitation must be acknowledged by potential offerors. No corrections and/or changes to proposals will be allowed after the proposal submittal due time and date.The successful offeror will be selected utilizing source selection procedures with Best Value Trade Off. The Government intends to award a Firm Fixed-Price contract resulting from the solicitation to the responsible offeror who?s Technical Proposal conforms to all solicitation requirements and offers the Best Value to the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2c66867012674e488f68af12b7fd0eb0/view)
- Record
- SN06566496-F 20230120/230118230105 (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 |