Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2004 FBO #0970
SOLICITATION NOTICE

F -- Guranteed Fixed Price Remediation Services (GFPR)

Notice Date
7/21/2004
 
Notice Type
Solicitation Notice
 
NAICS
562910 — Remediation Services
 
Contracting Office
ACA, NRCC, General Support Division, Building 2798, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
W911S0-04-T-0035
 
Response Due
9/20/2004
 
Archive Date
11/19/2004
 
Point of Contact
Rhoda Harrison, 757-878-3166
 
E-Mail Address
Email your questions to ACA, NRCC, General Support Division
(rhoda.harrison@eustis.army.mil)
 
Small Business Set-Aside
8a Competitive
 
Description
Northern Region Contracting Center intend to issue solicitation W911S0-04-T-0035 on or about August 05, 2004 for services to fully execute the Guaranteed Fixed-Price Remediation (GFPR) approach under a Performance-Based Contract (PBC) by conducting r equired environmental restoration services for which the United States Department of the Army is statutorily responsible; addressing any and all unforeseen environmental, scheduling, and regulatory issues; and assuming contractual liability and responsibil ity for the achievement of the performance objectives for the sites at the Camp Navajo Installation identified in the Performance Work Statement (PWS), including both on and off-site contamination for which the Army is responsible. The Contractor must have the capability and experience to perform, or provide, a wide range of investigative, remedial design, remedial construction, and remediation services required for hazardous substance and waste sites, munitions and explosives of concern (MEC), and chemical warfare materiel (CWM). Work may include, for example, site investigation, site characterization, study, evaluation, remedial design, MEC escort, avoidance, and construction support, remedial construction, remediation of contaminated sites, and monitorin g. It is the Contractor's responsibility to comply with all applicable federal, state and local laws and regulations. In addition, contractors must fulfill the performance objectives of this PWS in a manner that is consistent with any applicable orders o r permits, all previously agreed-upon and future cleanup agreements or guidance for the Installation, and relevant Department of Defense (DoD) and Army policy. Contractor must perform all the necessary environmental restoration work as required to meet th e performance objectives of this PWS. Remediation is being conducted pursuant to Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), as amended by the Superfund Amendments and Reauthorization Act (SARA), and National Oil and Ha zardous Substances Contingency Plan (NCP) requirements, with regulatory coordination of the Arizona Department of Environmental Quality (ADEQ) and may include the United States Environmental Protection Agency (USEPA). Additionally work may be conducted pu rsuant to Resource Conservation Recovery Act (RCRA) or other applicable authorities. Contractor should note that, for the purposes of this PWS, the contractor is responsible for remediation of the chemical hazards at the listed sites, but not the explosiv e safety hazards associated with MEC. The contractor is responsible for MEC avoidance and construction support to the extent that it is required for the site characterization and remedial activities. Negotiations between NGB and ADEQ allow for a separate Remedy In Place (RIP) and Response Complete (RC) determination based on chemical hazards alone. This procurement is set-aside as an 8 (a) Competitive Action. The North American Industry Classification System Code (NAICS) is 562910 with a standard size o f 12M. A Firm Fix Price Contract is contemplated. A site visit will be scheduled for this requirement approximately 2 weeks after the issuance of the solicitation.
 
Place of Performance
Address: ACA, NRCC, General Support Division Building 2798, Fort Eustis VA
Zip Code: 23604-5538
Country: US
 
Record
SN00627781-W 20040723/040721212423 (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.