Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2003 FBO #0424
SOLICITATION NOTICE

F -- 8(a) Competitive Multiple Award Remediation Contract (MARC) for Washington, Oregon, Idaho and Montana

Notice Date
1/28/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Seattle - Civil Works, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
DACW67-03-R-0008
 
Archive Date
5/17/2003
 
Point of Contact
Bonilie Lackey, 206-764-4481
 
E-Mail Address
Email your questions to US Army Engineer District, Seattle - Civil Works
(bonilie.l.lackey@nws.usace.army.mil)
 
Small Business Set-Aside
8a Competitive
 
Description
NA Competition for this procurement is limited to eligible 8(a) Concerns. There is no geographic restriction and the SBA requirement number is 7700-03-301621 for tracking purposes. The Seattle District is soliciting proposals for a multiple award, multiple year contract to perform multidisciplinary hazardous, toxic and radiological waste remediation (HTRW), Interim Remedial Action projects (IRAs) and Remedial Action projects (RAs), s hort term groundwater well monitoring, short term operation of treatment facilities, and other related environmental compliance, abatement, prevention, minimization, restoration and improvements projects in support of both military and civil funded program s in the four state geographical region. Examples of types of projects anticipated include but are not limited to: landfill capping, environmental sampling analysis and monitoring activities; the installation, maintenance, replacement and abandonment of groundwater monitoring, extraction, and in jection wells; conduct contaminated soil excavation and disposal; plan and conduct hazardous waste debris removal and disposal; Unexploded Ordnance (UXO) avoidance and UXO construction support; asbestos and lead based paint survey, abatement and disposal; design and perform storage tank removals and system upgrades; design and install treatment facility efficiency upgrades; design and install HTRW treatment systems; design and construct pollution prevention and waste minimization projects; and design and co nstruct habitat and wetland mitigation projects. The contractor may be required to operate and maintain treatment systems that may involve soil vapor extraction, bioventing, extracting of free product, and treatment of groundwater. Work on most projects will include the development of both draft and final technical plans reports, as well as reports routinely associated with environmental restoration activities and plans (i.e. annual reports, quality control summary reports, site sampling reports, sampling and analysis plans, quality assurance plans, site closure reports, plans and specifications, etc.). One Firm-Fixed Price Indefinite Delivery-Indefinite Quantity contract is anticipated to be awarded as a result of this solicitation. As requirements develop, task orders will be issued on a competitive or sole source basis to the awardee of this solicitat ion at the Government?s option. Awardee may also compete with other sources (e.g., awardees under RFP DACW67-03-R-0009) for projects. Projects may range from remediation, based on provided design documents both formal and informal, to design-build remedi ation projects. Projects may be simple to highly complex in nature. The contract will include a base year and four option periods. Maximum value of all work awarded under the MARC will be limited to $5 million per period and $25 million over the life of the contract. There are no minimum or maximum task order limits established under the MARC but no single task order will exceed the contract period limit. To be eligible for contract award a firm must be registered in the DoD Central Contractor Registration (CCR) database. Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-888-227-242 3. The North American Industry Classification System (NAICS) Code is 562910 with a size standard of 500 employees. For additional contracting opportunities, visit the Army Single Face to Industry at http://acquisition.army.mil/. This solicitation will be is sued as an Electronic Bid Set (EBS) on the Seattle District U.S. Army Corps of Engineers Web page in electronic format only. No disks will be mailed. Firms must register via the Internet at the following address: http://www.nws.usace.army.mil/ct/ in ord er to receive notification of solicitation/amendment posting. The solicitation will be available for download on or about 14 February 2003. The proposed procurement will result in a fixed price contract.
 
Place of Performance
Address: US Army Engineer District, Seattle - Civil Works ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
Country: US
 
Record
SN00247985-W 20030130/030128213345 (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.