Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2004 FBO #0853
MODIFICATION

B -- Indefinite Delivery Indefinite Quantity FFP Commercial Item Service MATOC for Environmental Studies, Investigations and Non-Construction Remedial Work with Pacific Ocean Division's Area of Responsibility

Notice Date
3/26/2004
 
Notice Type
Modification
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
US Army Corps Of Engineers, Honolulu, Building 230, Fort Shafter, HI 96858-5440
 
ZIP Code
96858-5440
 
Solicitation Number
W9128A-04-R-0003
 
Response Due
6/21/2004
 
Archive Date
8/20/2004
 
Point of Contact
Renee Hicks, 808-438-8584
 
E-Mail Address
Email your questions to US Army Corps Of Engineers, Honolulu
(renee.m.hicks@poh01.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NOTE: This announcement is being modified to postpone the solicitation issue date to o/a May 17, 2004, and to make a few minor changes. The POC for this solicitation has been changed to Ms. Renee Hicks at (808)438-8584,(renee.hicks@usace.army.mil). The U.S. Army Engineer District, Honolulu intends to award one or more Indefinite Delivery Indefinite Quantity Firm Fixed Price Commercial Item Service Multiple Award Task Order Contracts (MATOC) for Environmental Studies, Investigations and Non-Construc tion Remedial Work within the Pacific Ocean Division Area of Responsibility from this 100% small business set-aside solicitation. The North American Industry Classification code (NAICS) for this acquisition is 541620. The size standard for this NAICS cod e is $6 million. Services may include but not be limited to preparation of environmental impact statements (EIS), environmental assessments (EA), records of decision (ROD), findings of no significant impact (FONSI), environmental compliance assessments, e nvironmental baseline surveys, and special studies required to support the National Environmental Policy Act (NEPA) and planning process. Professional services for HTRW and environmental investigations and studies may include soil, surface water, and grou ndwater sampling, air monitoring and testing of underground storage tanks and miscellaneous containers; monitoring well installation preparation of environmental documentation including health and safety plans, quality assurance and quality control plans, and community relations plans; related studies for water quality, storage tank leak detection, air emissions, low level radiation, mine waste and miscellaneous requirements; preparation of cost estimates; preparation of feasibility studies; and preparation and coordination for permit applications. Examples of areas of special studies are historic Preservation Plans, Fish and Wildlife Management Plans, Outdoor Recreation Plans, aviation and noise. Scope of Work for specific projects will be issued with eac h task order. The study areas may include, but not be limited to the State of Hawaii, U.S. Territories of Guam and American Samoa, the Commonwealth of the Northern Mariana Islands, and other unincorporated U.S. Pacific possessions. Although work could oc cur within the entire Pacific Ocean Divisions area of responsibility, awarded contracts will not be prearranged for the remote possibility of work occurring within Kwajalein Atoll, Japan, Okinawa, Korea, and Alaska. Prior to any task order being awarded f or work in these areas, location specific requirements will be added to the contract on an as required task order specific basis. The maximum contract value of all the contracts awarded is not to exceed $14 million during the one-year base plus three opti on periods. There is no limitation to the size of task orders issued or maximum amount per base or option period other than the maximum contract value. The acquisition method is negotiated procurement. A technical (non-price) and price proposal will be required. The non-price factors may be of equal importance and are more important than price. Major technical evaluation areas are past experience, past performance, and management. The Government will determine reasonableness and affordability. Solici tation to be issued O/A May 17, 2004, utilizing Electronic Bid Sets (EBS). Traditional hard copies of plans and specifications will NOT be available for this solicitation. Documents will be provided on Compact Disks-Read Only Memory (CD-ROM) at a non-ref undable charge of $67.92. Solicitation documents shall be requested through any of the following methods only: a) mail requests to: Document Automation & Production Service (DAPS), Attn: Army Corps Solicitation, 1025 Quincy Ave. Suite 200, Pearl Harbor, Hawaii 96860-4512; b) via courier service (Fedex, UPS, etc.) to: Document Automation & Production Service (DAPS), Attn: Army Corps Solicitation, Building 550, P earl Harbor, Hawaii 96860; or c) via facsimile (if paying by credit card) to (808) 473-2604. Requests must state company name, address, telephone number, facsimile number, solicitation number, project title, and company designation (prime contractor, subc ontractor, supplier, or plan room). Envelope front must show the solicitation number. Checks shall be made out payable to Superintendent of Documents. Provide separate check for each project requested. Checks containing payment for multiple projects wi ll be returned to requestor without action. Facsimile requests must state (1) the above required company information, and (2) cardholder??????s name, account number, and card expiration date. VISA and MasterCard are the only credit cards accepted. Firms requesting air express service shall furnish completed airbills showing recipient??????s name, company name, telephone number, company billing account number, and type of delivery required. Firms with foreign delivery addresses shall provide completed co mmercial or corporate invoices in addition to the completed airbills. Failure to supply completed airbills and commercial or corporate invoices (if applicable) will result in solicitation documents being sent via regular US mail. Failure to provide any o f the foregoing information, documents, and/or payment may delay mailing of solicitation documents. Solicitation documents are not available for purchase or pick-up over the counter at DAPS. Please allow up to five days from the date DAPS receives reques ts for solicitation documents to be mailed out. Address inquiries regarding issuance of solicitations, amendments, and plan holder listings to DAPS at (808) 473-4960. Address technical and all other inquiries to the points of contact identified in this a nnouncement. Firms are requested to obtain plan holder listings from DAPS website http://www.hawaii.wnbt.daps.mil/ARMY/corps.htm. Project information, to include proposal closing dates, can be obtained from the Honolulu Engineer District website http://w ww.poh.usace.army.mil/pohct/contracting.asp. Pleas note that all contractors and potential contractors must be registered with the Central Contractor Registration (CCR) database. Registration instructions can be found at http://www.ccr.gov.
 
Place of Performance
Address: US Army Corps Of Engineers, Honolulu Building 230, Fort Shafter HI
Zip Code: 96858-5440
Country: US
 
Record
SN00555098-W 20040328/040326212431 (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.