Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2004 FBO #0828
MODIFICATION

Z -- Multiple Award Remediation Contracts (MARC) for the Louisville District and all U.S. Army Corps of Engineers Mission Boundaries

Notice Date
3/1/2004
 
Notice Type
Modification
 
NAICS
562910 — Remediation Services
 
Contracting Office
US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-04-R-0008
 
Response Due
4/15/2004
 
Archive Date
6/14/2004
 
Point of Contact
Billy.J.Durrett, (502) 315-6184
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Louisville
(b.j.durrett@LRL02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This amendment issues Step II, Solicitation for the Multiple Award Remediation Contracts (MARC), Indefinite Delivery/Indefinite Quantity type Contract, using a variety of contract types: Fixed Price, Cost Reimbursement, or Guaranteed Fixed Price (GF PR), also known as Fixed Price Remediation with Insurance (FPRI) for a broad-spectrum environmental service for the Louisville District and all U.S. Army Corps of Engineers Mission Boundaries. 1. CONTRACT INFORMATION: The Government intends to award fiv e (5) full and open contracts with a pool capacity of $300 million capacity. This is an unrestricted procurement under NAICS Code 562910, Standard Industry Classification (SIC) Code 8744. The size standard is 500 employees or less for a small business and over 500 employees for a large business. The contract period is a three (3) year base period with a two (2) year option (if exercised), with a possible two (2) year extension followed by a possible three (3) year extension of the contract, referred to as Award Terms for superior performance. The Contract period consist of a minimum of three (3) years with potential to a maximum of ten (10) years. Individual Task Orders will typically be awarded competitively. At the discretion of the Government, a Third Step (STEP III ORAL PRESENTATIONS) may be incorporated. A firm must be registered in the Department of Defense (DoD) Central Contractor Registration (CCR). Register via the CCR Internet site at http://www/ccr/gov. For further questions and/or concern pl ease contact: CCR assistance at (888) 277-2423 (Monday-Friday, 8 a.m.-6 p.m.). 2. CONTRACT SCOPE: The scope of this effort includes remediation service activities (NAICS Code 562910) mandated by the Defense Environmental Restoration Program (DERP), and other environmental laws and regulations requiring support activities for military installations, Corps' civil works projects, and work for other agencies. The DERP projects will include Installation Restoration Program activities on active Army and Air F orce installations and on Formerly Used Defense Sites (FUDS). Other environmental laws and regulations mandating remedial actions include but are not limited to the federal and state versions of the Clean Air Act, the Clean Water Act, the Toxic Substances Control Act, the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA), the Resource Conservation and Recovery Act (RCRA), Underground Storage Tank regulations, the National Environmental Policy Act (NEPA) and the Corps of Engineer s?????? regulations for Civil Works. The work to be performed under this contract may be located anywhere within the USACE mission boundaries. Task Orders under this contract may include, but are not limited to, all aspects of CERCLA, RCRA and NEPA phas es of remedial study, and construction associated with environmental restoration. This includes, but is not limited to, Environmental Compliance/Site Assessments, Remedial Investigations/Feasibility Studies (RI/FS), Engineering Evaluation/Cost Analysis (E E/CA) and Remedial Actions under CERCLA, Operations and Maintenance (O&M), and the comparable studies and actions under RCRA. Other services may include Environmental Baseline Surveys (EBS), Environmental Assessments (EA), Finding of Suitability to Trans fer (FOST) and Finding of Suitability to Lease (FOSL). Environmental actions may also incorporate or involve pollution prevention, compliance efforts, conservation and/or work under NEPA, as well as other environmental work associated with other Corps mi ssions. The Louisville District performs HTRW/OE services for the Department of the Army and other governmental agencies. OE work includes, but is not limited to, avoidance, removal actions, engineering evaluation/cost analyses (EE/CAs) and Construction/R emediation support. Contractors may be asked to provide HTRW/OE services from initial studies through remediation and O&M at installations having numerous cont aminated sites with complex environmental and OE issues. Scope may include performing conventional Ordnance and Explosives (OE) site investigations, evaluations, and responses as necessary to permit lands and waters potentially affected by OE operations t o be safely and efficiently used for their intended purpose. The types of work to be performed could include, but is not limited to, soil remediation; sampling and analyzing materials and soils, transformers, tank contents and drums; remediation and/or d econtamination of structures / components etc., associated with environmental remediation, installation of soil borings and groundwater wells; and installation of in-situ or ex-situ remediation treatment systems; and demolition. In addition, the types of work may involve removing, treating and disposing of wastes from ordnance, explosives and/or radiation; ordnance identification and avoidance; remediation /removal of low level radioactive wastes, operation and maintenance of facilities and installed syste ms, and the planning of work efforts required; preparation of remediation investigation reports, completion reports, closure documentation, as-built drawings, etc. Task Orders generally require significant coordination between multiple customers, various Corps Divisions and Districts, various state regulatory agencies, and the Louisville District. The contractor and all Government personnel must be cognizant of the various operating procedures, requirements, and authorities granted for each entity involv ed in the process. The contractors must have an approved cost accounting system. The contractor shall have the ability to obtain insurance for performing Guaranteed Fixed Price Remediation. An extensive management information system (MIS) is required. 3. SELECTION CRITERIA: Offerors are required to submit a proposal made up of a Technical and a Cost Proposal, in accordance with Section L of the solicitation. All proposal materials will be submitted in binders with a table of contents and tabbed secti on dividers. This is a Request for Proposals and offers will be evaluated on the following Evaluation Factors, listed in descending order of importance: Tab A - Experience, Tab B - Management, Tab C - Past Performance, Tab D - Safety, Tab E - Cost and Tab F - Subcontracting Information. All evaluation factors and significant sub-factors other than cost, when combined, are significantly more important than cost. Tab A through D shall be submitted in original and six (6) copies. Tab E and F shall be submit ted in original and one (1) and shall be placed in a separate binder. An electronic disk copy of all tabs (ADOBE Acrobat) is also required. There is a limit of 75 pages total (excluding Tab E, Cost Section), 8-1/2 x 11, single-sided, 12 pt. font (minimum) is required. Any information provided in excess of the 75-page limit will not be considered. 4.0 SUBMITTAL REQUIREMENTS: Offeror are required to submit a Technical and a Cost Proposal. Large Business must submit a Small Business and Small Disadvantage Business Subcontracting Plan in accordance with Public Law 95-507. The current subcontracting goals for the Louisville District are 57.2% to Small Business, 10.0% to Small Disadvantage Business, 10.0% to Women-Owned Small Business, 3.0% for Hubzone Busine ss, and 3.0% to Veteran Owned Small Business. SOLICITATION WILL BE ON THE LOUISVILLE DISTRICT WEBSITE 1 MARCH 2004. Proposals are due in for the unrestricted and the small business set-aside on Thursday, 15 April 2004, at 4:30 p.m. (local time). Two s olicitations for similar work will be issued simultaneously, under Solicitations W912QR-04-R-0008 (full and open / $300 million capacity) and W912QR-04-R-0009 (small business set-aside / $100 million capacity). If a small business vendor wishes considerat ion for both the full and open and the small business solicitations, a separate submittal package is required for each solicitation. Since the same small busin ess cannot be awarded contracts under both solicitations, those firms seeking dual consideration may specify a preference for which solicitation they would most desire award. However, the government will make the selection on the basis of the best interes t of the Government. A pre-proposal conference will be held on Wednesday, 10 March 2004, at the U.S. Army Corps of Engineers District Office, Romano Mazzoli Building, 600 ML King Jr. Pl., Louisville, Kentucky 40202, 9:00 a.m. to 11:00 a.m. Submittals mus t be addressed as follows: U.S. Army Corps of Engineers, Louisville District, CELRL-CT-C, ATTN: Jan Lambert, Room 821, 600 Dr. Martin Luther King Jr. Place, Louisville, KY 40202. Administrative and procedural questions shall be directed to Jan Lambert at (502) 315-6214. FAXED or EMAILED SUBMITTALS WILL NOT BE ACCEPTED. Interested offerors must register through the Louisville District homepage at http://www.lrl.usace.army.mil/ebs. FTP access is through http://www.lrl.usace.army.mil/advertisements/. T he solicitation shall be downloaded from the Louisville District Homepage. Telephone requests/faxes will not be honored.
 
Place of Performance
Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
Country: US
 
Record
SN00534474-W 20040303/040301222657 (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.