Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 01, 2025 SAM #8467
SPECIAL NOTICE

C -- Notice of Intent 2021 Unrestricted A/E Environmental Support Services IDIQ MATOC Capacity Increase

Notice Date
1/30/2025 8:21:18 AM
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-25-AE-Enviro-IDIQ-Capacity-Increase
 
Response Due
2/14/2025 10:00:00 AM
 
Archive Date
03/01/2025
 
Point of Contact
Alexa Dukes
 
E-Mail Address
alexa.l.dukes@usace.army.mil
(alexa.l.dukes@usace.army.mil)
 
Description
This Notice is being published in accordance with Federal Acquisition Regulation (FAR) requiring the dissemination of information on proposed contract actions. This is a notice of intent to award modifications against the existing task orders under the 2021 Unrestricted Architect/Engineer (A/E) Environmental Support Services Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC). The statutory authority for this sole-source procurement is Far 6.302-1, ""Only one responsible source and no other supplies or services will satisfy agency requirements."" Project Description: This is an Indefinite Delivery/Indefinite Quantity (IDIQ) MATOC pool for Architect/Engineering for Environmental Support Services to support U.S. Army Corps of Engineers assigned mission areas. The type of services to be performed under the scope of the MATOC consists of design, studies, surveys, sampling, testing, permit procurement, cost estimates, sustainable and innovative technologies, and other similar activities related to environmental matters. A-E Services include but are not limited to work on a wide variety of Hazardous, Toxic, and Radiological (HTRW) sites in addition to other non 29 CFR 1910.120 environmental sites in a manner that complies with federal, state, and local regulations and laws, and within timeframes required. Direct award options to execute environmental support activities for relatively simple, low dollar or medium complexity work suitable for and to execute under our various environmental programs; ex. Formerly Used Defense Sites (FUDs), Department of Defense Restoration Program (DERP), Comprehensive Emergency Response Compensation and Liability Act (CERCLA), the federal and state versions of the Clean Air Act (CCA), the Clean Water Act (CWA), the Toxic Substances Control Act (TSCA), the Resource Conservation and Recovery Act (RCRA), Underground Storage Tank (UST) regulations, the National Environmental Policy Act (NEPA), the Corps of Engineers� regulations and other environmental laws and regulations mandating pollution prevention and remedial and munitions-related activities. This notice of intent is not considered a request for quotations or competitive proposals. This is a written notice to inform the public of the Government�s intent to proceed with awarding modifications against the existing task orders under the Unrestricted A/E IDIQ MATOC for Environmental Support Services. Interested concerns must show clear and convincing evidence that competition of this requirement would be advantageous to the Government. A determination by the Government not to compete this proposed action based on responses to this notice is solely within the discretion of the Government. The approved Justification and Approval (J&A) for this procurement will be posted following the closure of this notice. Responses should be emailed to the Government point of contact for this acquisition at alexa.l.dukes@usace.army.mil no later than 14 February at 1:00 PM Eastern Time (ET). Responses should include: 1) Company name, address, Unique Identifier Number, and point of contact name of email address. 2) Identify business size (i.e. small business, other than small business, etc.) in accordance with the size standard for NAICS Code 541330. 3) Detailed information that will demonstrate that your business has the capability to provide above services.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0ec74866a49846e494a203d8e0e9f7bd/view)
 
Place of Performance
Address: Louisville, KY, USA
Country: USA
 
Record
SN07327626-F 20250201/250130230106 (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.