Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2002 FBO #0279
SOLICITATION NOTICE

F -- Toxic Material Abatement Remediation Contract (TMARC)

Notice Date
9/5/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineers, Baltimore - Civil Works, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
DACW31-02-R-0047
 
Point of Contact
Mary Ann Mitchell, 410-962-5615
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Baltimore - Civil Works
(maryann.mitchell@nab02.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This solicitation is 100 percent set-aside for small business. The assigned NAICS is 562910 (SIC 8744) with a size standard of 500 employees. USACE, Baltimore has a requirement for an Indefinite Delivery/Indefinite Toxic Material Abatement Remediation Contract (TMARC) to provide asbestos abatement and removal of other hazardous and toxic material waste within the North Atlantic Division (NAD) mi ssion area, but primarily in the Washington, D.C. Public School System. The primary objective of the TMARC contract will require the contractor to remove, encapsulate or abate asbestos containing material or lead paint. The contractor may also be required to restore any corrective action and may include emergency activities. Three (3) contracts will be awarded from one solicitation to meet this requirement. One contract will be awarded to an 8(a) firm, one contract will be set-aside for a HUBZone firm, and one contract will be set-aside for a small business. Offerors will only be awarded one contract as result of this solicitation. The performance period for each of the three (3) contracts is a base three (3) year ordering period and a two (2) year option period, not exceeding a total ordering period of five (5) years. Task ord ers under the proposed contract may be issued on a Firm-Fixed-Price (FFP), Cost-Plus-Fixed-Fee (CPFF) or Cost-Plus-Award-Fee (CPAF) basis. This procurement will be conducted in accordance with FAR Part 15 .3, Source Selection, and using the Best Value Procurement Process. Best Value will be determined using a Trade Off process, comparing price, technical and other factors. Competitive proposa ls will be evaluated based on the evaluation criteria set forth in the solicitation package. Technical evaluation criteria will consist of Management Experience and Project Approach, Past Performance, and a Sample Task Work Plan. Cost evaluation criteria w ill consist of cost information and cost realism evaluation. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. For information regarding registration, contact (1) CCR W eb site at http://www.acq.osd.mil/ec; (2) dial up modem at (614) 692-6788 (User ID: ccrpub; Password: p ub2ccri); (3) through any DoD Certified Value Added Network. To review the database, the web site is http://www.fedecnavigator.dis.mil. Additionally a p aper form for registration may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. It is imperative that all small disadvantaged businesses (SDB) contact their cognizant Small Business Administration Office (SBA) to obtain Sm all Disadvantaged Business Certification. Without SBA SDB certification, neither a prime contractor nor a federal agency can receive SDB credit when utilizing non-certified SDB contractors/subcontractors. The solicitation will be provided in an electronic format, free of charge, to all registered plan holders. Solicitation to be issued on or about 30 September 2002. This solicitation will not be issued in a paper format. Contractors requests for solicitations will be performed through ASFI. Contractors may register to be placed on the bidders/offerors mailing lists by going to website: https://ebs.nab.usace.army.mil. Contractors may view and/or download solicitation inform ation from this internet site. Questions concerning this project can be e-mailed to Ms. Mary Ann W. Mitchell at the following address: maryann.mitchell@nab02.usace.army.mil.
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore - Civil Works 10 South Howard Street, Baltimore MD
Zip Code: 21203
Country: US
 
Record
SN00158719-W 20020907/020905213750 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.