|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 20,1995 PSA#1494US ARMY ENGINEERING & SUPPORT CENTER, ATTN: CEHNC-CT-D, 4820 UNIVERSITY
SQUARE, HUNTSVILLE AL 35816-1822 F -- NATURAL RESOURCES AND CONSERVATION SERVICES - ORDNANCE REMOVAL
FOR SITES WITHIN THE CONTINENTAL U.S., HAWAII AND ALASKA SOL
DACA87-96-R-0008 DUE 022396 POC Contract Specialist, Anita Prince,
(205) 895-1156 Contracting Officer, J.N. Etheridge (Site Code DACA87)
This requirement is to safely locate, identify and dispose of ordnance
and explosive (OE) at various formerly used defense sites, active DOD
installations, defense sites identified under BRAC, properties
adjoining federal installations and other federally controlled/owned
sites which have been impacted by Federal operations. The exact sites
for performance are not known at this time. The OE response activities
shall be performed in accordance with applicable federal, state, and
local regulations. OE response activities may include site analysis,
non-intrusive geophysical surveys (i.e., magnetometer sweeps, ground
penetrating radar, etc.), intrusive sampling (i.e., test pits/trenches,
etc.), interim removal actions, on-site and off-site OE disposal, and
study/assessment of contaminated sites. These actions may involve both
conventional and chemical munitions. The contractor will not be
required to dispose of chemical munitions. These actions will be
performed in accordance with the Comprehensive Environmental Response,
Compensation, and Liability Act (CERCLA) and the Final National
Contingency Plan (NCP). The main contamination to be dealt with is OE,
attendant hazardous and toxic waste (HTW) materials associated with OE
and chemical agent that is contained in underground storage tanks,
drums, cylinders, incinerators, landfills, open burning/open detonation
areas, impact areas, or ground spills. Response activities shall
include all activities, such as investigations, surveys, disposal of
OE, etc. necessary to ensure the safe and effective accomplishment of
project requirements. OE response activities may be performed at sites
located anywhere in the continental United States, Hawaii and Alaska.
The contract period is for three years. Option years are not included.
The contract type is an indefinite delivery indefinite quantity under
which unilateral time and materials and bilateral time and material,
cost reimbursement with fixed fee and firm fixed price delivery orders
can be placed. Multiple parllel awards are intended to be made from
this RFP. Each contract will have a minimum Government obligation of
$500,000.00 and a ceiling of $50,000,000.00 dollars with all contracts
completed when the total value of $100,000,000.00 is awarded if before
the completion of the three year period. The Government reserves the
right to synopsize and award contracts for similar work within the
geographical areas described. Evaluation criteria will be based on past
performance, oral presentation/interview and price, all being of equal
importance. Price will not be a scored factor but will be evaluated as
to reasonableness, realism and affordability. The contract is subject
to the Service Contract Act and the place of performance is unknown.
Wage determinations have been requested for numerous locations. The
contracting contracting officer will request wage determinations for
additional localities if asked to do so in writing by 22 January 1996.
This is not a request for proposals (RFP). The RFP will be issued on
or about 10 January 1996 and close on or about 23 February 1996. A
preproposal conference will be held in Huntsville starting at 9:00 A.M.
CST on 22 January 1996. This RFP is 100% set aside for small
businesses. The RFP can be viewed and downloaded/ obtained from the
internet at http:\\www.hnd.usace.army.mil. Offerors without internet
capability should request a copy of the solicitation by E-MAILing to
PRINCEA@smtp.hnd.usace.army.mil or telefax at (205) 895-1197. Telephone
requests will not be honored. Offerors should indicate on their request
if they are a large or small business. Small business concern means a
concern, including its affiliates, that is independently owned and
operated, not dominate in the field or operation in which it is
offering on Government contracts and qualified as a small business
under the criteria and size standards in 13 CFR Part 121. To be
considered a small business for this solicitation the offeror must not
exceed 500 employees. The supplies or services to be procured under
this RFP are classified in the Standard Industrial Classification as
Code 8744, Environmental Remediation. NOTES: 1 (0352) Loren Data Corp. http://www.ld.com (SYN# 0031 19951219\F-0001.SOL)
F - Natural Resources and Conservation Services Index Page
|
|