SOLICITATION NOTICE
F -- Presolicitation Synopsis for the Indefinite-Delivery, Indefinite-Quantity (IDIQ), Multiple-Award Task Order Contract (MATOC) pool for Nationwide Environmental Remediation Services (ERS) primarily focused on Heavy Metals Remediation in Support of ARIMD
- Notice Date
- 1/8/2025 6:28:34 AM
- Notice Type
- Presolicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR24R0004
- Response Due
- 9/24/2024 11:00:00 AM
- Archive Date
- 10/09/2024
- Point of Contact
- Adrienne Manuel, Travis I. Dunn
- E-Mail Address
-
Adrienne.C.Manuel@usace.army.mil, travis.i.dunn@usace.army.mil
(Adrienne.C.Manuel@usace.army.mil, travis.i.dunn@usace.army.mil)
- Description
- DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR4R0004 for the Indefinite-Delivery, Indefinite-Quantity (IDIQ), Multiple-Award Task Order Contract (MATOC) pool for Nationwide Environmental Remediation Services (ERS) primarily focused on Heavy Metals Remediation in Support of the Army Reserve Installation Mission Directorate (ARIMD). TYPE OF CONTRACT AND NAICS: This RFP to award a target of five (5) contracts for Firm Fixed Price Multiple Award Task Order Contracts (MATOCs) Each contract will have a five-year ordering period. The North American Industrial Classification System Code (NAICS) for this effort is 562910 � Environmental Remediation Services. TYPE OF SET-ASIDE: This acquisition will be a Full and Open Procurement. SELECTION PROCESS: Proposals will be evaluated using a Best Value Trade Off source selection process. The technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government on the following four (4) evaluation factors: Factor 1: Past Performance: Each offeror�s past performance will be reviewed to determine relevancy and recency to formulate an overall confidence assessment. Factor 2: Technical Approach: Each offeror�s management plan will be reviewed to determine a clear understanding of the work and an ability to coordinate resources to ensure successful pursuit of the work. Factor 3. Small Business Participation: The extent of Small Business Participation will be evaluated for unrestricted acquisitions. Factor 4: Price: The resulting award will be a firm-fixed price contract. Price reasonableness will be utilized in the evaluation of the Firm-Fixed Price effort. The prices for the Sample Task Order, as well as the binding rates that make up the estimated base MATOC price, will be reviewed by the SSEB and Contracting Officer/SSA for fairness and reasonableness through the use of price analysis. Price will also be checked for unbalancing of line items. Offerors are cautioned to distribute costs appropriately. The SSEB, Contracting Officer, and SSA will also confirm that the proposed binding rates are used for the sample task order. Proposed prices that do not utilize the proposed binding rates will be considered Unacceptable. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussions should it be deemed in the Government's best interest. CAPACITY/CONSTRUCTION MAGNITUDE: This contract will have a capacity not-to-exceed $245,000,000.00. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation in the fourth quarter of FY24. Additional details can be found in the solicitation when it is posted to http://www.SAM.gov. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at http://www.SAM.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at http://www.SAM.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: http://www.SAM.gov: Offerors shall have and shall maintain an active registration in the SAM database at http://www.SAM.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. Offerors shall also submit all proposals to this announcement through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. This requires that all Offerors be registered in PIEE. POINT-OF-CONTACT: The point-of-contact for this procurement is Kurt Egner, kurt.m.egner@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7acf6fcfd19e4318b9057d3174e12e17/view)
- Place of Performance
- Address: Louisville, KY 40214, USA
- Zip Code: 40214
- Country: USA
- Zip Code: 40214
- Record
- SN07307939-F 20250110/250108230107 (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 |