COMMERCE BUSINESS DAILY ISSUE OF JULY 17,2000 PSA#2643 U.S. Army Corps Of Engineers -- Mobile, Contracting Division, CESAM-CT
(109 St. Joseph Street 36602) PO Box 2288, Mobile, AL 36628-0001 Y -- INDEFINITE DELIVERY/INDEFINTE QUANTITY PRE-PLACED REMEDIAL ACTION
CONTRACT (PRAC) FOR WORK WHICH COULD ENTAIL AREAS WITHIN THE SOUTH
ATLANTIC DIVISION BOUNDARIES SOL DACA01-00-R-0061 POC Contact Karen
Johnson, (334) 690-2535; Contracting Officer, Leo J. Hickman WEB:
http://www.sam.usace.army.mil, http://www.sam.usace.army.mil. E-MAIL:
cesam.plansroom@sam.usace.army.mil, cesam.plansroom@sam.usace.army.mil.
THE INFORMATION FOLLOWING IS A REPEAT OF THE ORIGINAL ANNOUNCEMENT IN
ADDTION TO CORRECTIONS*****This work consists of: One Indefinite
Delivery/Indefinite Quantity Pre-Placed Remedial Action Contract
restricted to small business concerns. Contract will have a base
performance period of one year and two (2) one year option periods with
a maximum value of $6 million for the Base year, $4.5 million for
option year one and $4.499 million for option year 2. Performance is
expected to begin during FY 01. Individual task orders under the
contract will be limited to the annual contract amount and may be firm
fixed price or cost reimbursement. The successful contractor shall be
able to demonstrate the ability to execute task orders related
primarily to the field of remediation of hazardous and toxic waste
sites under the control of the Federal Government or which the Federal
Government is the proprietor or potentially responsible party. Work
may include construction related to remediation. The work could involve
clean up of superfund sites, military installations and other sites.
The contractor may be asked to offer environmental support where the
U.S. Army Corps of Engineers may otherwise be authorized to respond,
which will entail areas within the South Atlantic Division boundaries.
The SIC 8744 work may include, but not be limited to: sampling and
analyzing the contents of hazardous and toxic waste sites or
potentially toxic sites, emergency spill, removal of underground
storage tanks, testing of soil and water samples, remediation of such
sites, installing monitoring wells, well abandonment, constructing
caps, slurry walls and grout curtains, removing unsafe buildings, with
or without asbestos, installing soil venting systems, groundwater
treatment systems, thermal extraction systems, installing new tanks and
water supply systems, short term operation and maintenance of
facilities, containment, removing, treating, disposing, identification
of radiation waste and/or energetic, preparation of all site
documents, safety plans, quality assurance plans work site plans,
as-built drawings and miscellaneous other documents as specified in the
individual task order. The solicitation will be competitively awarded
based on the evaluation established in the Request for Proposal. The
Request for Proposal will be issued o/a 13 July 2000 via internet at
site http://www.sam.usace.army.mil/. Telephone calls and visits are
discouraged. Responsible sources requesting solicitation documents may
submit an offer which will be considered by the agency. Bid documents
are available on or about 13 JULY 2000. Estimated cost of work is over
$10,000,000. All responsible sources may submit an offer, which shall
be considered. Bidders, subcontractors and Dodge/Plan Rooms are
required to self-register their firm or office on the Internet.
Registration instructions are available on the Internet at
http://www.sam.usace.army.mil then click on contract bids. Neither
telephonic, mailed, nor fax requests will be accepted. Those
registering are responsible for the accuracy of the information on the
mailing list. Registration must include the firms physical address,
telephone, a valid fax number and a point of contact. Registration
should be completed one week prior to the issue date. All notifications
of changes to this solicitation shall be made through the Internet
only. It is therefore the contractors responsibility to check the
Internet address listed above daily, for any posted changes to this
solicitation. Actual solicitation amendments will be issued either by
fax, posting for download to the aforementioned web page. The plans and
specifications are available only via download at site
http://www.sam.usace.army.mil/. No paper copies will be issued. Note:
This solicitation is in .pdf format and requires "Adobe Acrobat
Reader". "Adobe Acrobat Reader" may be downloaded free of charge at
http://tsn.wes.army.mil/ComSoftware.asp. Plans and specifications will
not be provided in a printed paper format; however, the Government
reserves the right to revert to paper medium when it is determined to
be in the Government's best interest. All bid forms, bid bonds, and
other normal documents required for the bid submittal, including
amendments to the bid submittal, shall be in paper medium. Electronic
medium for the bid submittal documents will not be allowed. Critical
Path Method (Network Analysis System) is required per individual task
order. For this job, a small business is defined as having average
number of employees of less than 500. This procurement is a 100 percent
small-business set-aside, the size standard for which is a concern,
including its affiliates, having no more than 500 employees. This
solicitation includes bid options, which may not be awarded.
Effectively Immediately: Presolicitation Notices will no longer be
issued by the Mobile District for Projects in the Continental United
States and Puerto Rico. Advertisement of Mobile District projects will
be through the Commerce Business Daily and/or the Mobile District
Contracting Homepage. Detailed Information on this and other Mobile
District Projects (Ordering Solicitations, Points of Contact, Synopsis
of Work, Plan Holders, Bid Results, etc.) are available on the
Internet at: http://www/sam.usace.army.mil/. Specific questions related
to this project may be answered by Mrs. Jacalyn M. Jenkins (334)
441-5598, or fax (334) 694-4343. Technical inquiries on plans and
specifications must be submitted in writing by mail or fax. Refer
questions on distribution of plans/specifications to Karen Johnson,
Plans Room at (334) 690-2535 or fax (334) 694-4343. Posted 07/13/00
(W-SN474493). (0195) Loren Data Corp. http://www.ld.com (SYN# 0131 20000717\Y-0007.SOL)
| Y - Construction of Structures and Facilities Index
|
Issue Index |
Created on July 13, 2000 by Loren Data Corp. --
info@ld.com
|
|
|