Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2003 FBO #0447
SOLICITATION NOTICE

F -- DACA45-03-R-0023 - Rapid/Immediate Response - Unrestricted

Notice Date
2/20/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
DACA45-03-R-0023
 
Archive Date
6/9/2003
 
Point of Contact
Patricia Overgaard, 402 221 3031
 
E-Mail Address
Email your questions to US Army Corps of Engineer - Omaha District
(Pat.M.Overgaard@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA On or about 10 March 2003, this office will issue a Request for Proposal (RFP) for Rapid/Immediate Response under NAICS Code 562910 ? the small business size standard is 500 employees. This RFP is being issued as Unrestricted. The contract will be awarded with a not-to-exceed amount of $115,000,000.00 with a total contract duration period of five years (two (2) year Base Contract Period with one (1) three (3) year option). Task Orders wi ll not be issued under Multiple Award Contract Procedures. The awardee will have the capabilities to perform at sites both national and international. This contract will require the contractor to furnish and transport all plant, labor, materials and equipment to perform all work necessary to complete RR/IR require ments at confirmed or suspected Hazardous, Toxic, and Radioactive Waste (HTRW) sites and HTRW Ordnance and Explosive (OE) sites as identified. Task Orders issued under these contracts will be Fixed Price, or Cost Reimbursable with Service or Davis-Bacon Act wages, as applicable, depending on the type of project incorporated into each individual Task Order. It is anticipated that a majority of wor k will be accomplished on a cost reimbursable basis. For Rapid Response Program Execution the conditions of at least one of the following four general project categories must be satisfied: Federal Response: The contract will provide a full response service to the federal customer in situations where rapid or immediate response action is necessary to protect human life, public health, or the environment. In addition, this contract will provide the need for a rapid or immediate response action as dictated by Congressionally mandated start dates, the Environmental Protection Agency, or regulatory constraints; Homeland Defense/Security: The contract will provide time sensitive support to Homeland Defense/Security initiatives that would involve the assessment and /or implementation of preventative measures to address facility vulnerabilities, or the abatement, minimization, stabilization, containment, mitigation, or elimination of damages or materials remaining from an actual attack by a terrorist, terrorist organi zation, or hostile country; USACE Mission Support: The contract will provide full support to USACE components who directly request assistance in meeting their base mission support needs where there is an immediate threat to human life, public health, or th e environment; Rapid Response Business Process Appropriate: The contract will provide support to projects that may not involve imminent threats to human life, public health, or the environment, but may have significant impacts on human life, public health, or the environment. The contract will provide support to projects where unforeseen conditions are highly prevalent and the ability to provide a detailed design is impractical and adverse impacts to human, life, public health, and the environment could exi st. A Rapid Response Action requires the contractor to be capable of initiating fieldwork within 30 days after receiving the work authorization document. Initial notification of a potential RR can happen Monday through Friday 7:00 a.m. ? 4:30 p.m. Central Time, excluding weekends or holidays. An Immediate Response Action requires the contractor to be capable of initiating fieldwork 72 hours after receipt of the work authorization document. Initial notification of a potential IR can happen at any time, seven days a week, holidays, and weekends. The solicitation will be available by INTERNET ACCESS ONLY. All solicitation documents and amendments thereto will be posted to the Omaha District?s Advertised Solicitation Web Site at http://ebs-nwo.wes.army.mil. It s hall be the contractor?s responsibility to check the web site for any amendments. Interested parties are required to register for the solicitation through the Omaha District?s web site shown above by clicking on the above referenced solicitation hyperlink, scrolling down to the Register For This Solicitation button, and fill in the appropriate information. Note: Registering through the ebs/FEDBIZOPPS web site will not register your firm on the Omaha District?s web site for this solicitation. Questions regarding this solicitation should be addressed to Pat Overgaard at (402) 221-3031 or by E-Mail at Pat.M.Overgaard@usace.army.mil or Ginger Gruber at (402) 221-4103 or by E-Mail at Ginger.L.Gruber@usace.army.mil. Questions regarding this solicita tion may also be addressed to Doug Hadley at (402) 221-4115 or by E-Mail at Doug.E.Hadley@usace.army.mil. Questions regarding Small Business matters should be addressed to Hubert Carter at (402) 221-4110 or by E-Mail at Hubert.J.Carter@usace.army.mil.
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN00262295-W 20030222/030220213543 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.