Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2005 FBO #1208
SOLICITATION NOTICE

F -- Performance-Based, Firm-Fixed Price contract for conducting required environmental restoration services. The location is the Haines-Fairbanks Pipeline, Alaska. A base contract with nine options, if exercised.

Notice Date
3/16/2005
 
Notice Type
Solicitation Notice
 
NAICS
562910 — Remediation Services
 
Contracting Office
ACA, Fort Richardson, Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
 
ZIP Code
99505-0525
 
Solicitation Number
W912CZ-05-R-0008
 
Response Due
3/30/2005
 
Archive Date
5/29/2005
 
Small Business Set-Aside
8a Competitive
 
Description
This pre-solicitation was previously advertised under Solicitation Number W912CZ-04-R-0032. For this acquisition, the contractor must acquire Environmental Insurance (EI) in the form of Remediation Stop Loss Insurance (Clean Cost Cap) that meets or exceeds the Government specifications. The Contractor will be responsible for fully executing the Guaranteed Fixed-Price Remediation (GFPR) approach under a Performance-Based Contract (PBC) by conducting required environmental restoration services for which the United States Department of the A rmy (the 'Army') is statutorily responsible; addressing any and all unforeseen environmental, scheduling, and regulatory issues; and assuming contractual liability and responsibility for the achievement of the performance objectives for the sites at Haines -Fairbanks Pipeline (the '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. Work will include, for example , site investigation, site characterization, study, evaluation, remedial design, remedial construction, remediation of contaminated sites, and monitoring. It is the Contractor's responsibility to comply with all applicable federal, state and local laws and regulations and to fulfill the performance objectives of the PWS in a manner that is consistent with any applicable orders or permits, all previously agre ed-upon and future cleanup agreements or guidance for the Installation, and relevant Department of Defense (DoD) and Army policy , for the duration of the contract. It is the Contractors responsibility to comply with all necessary insurance requirements, specifically set forth in the PWS. The Contractor must perform all the necessary environmental restoration work as required to meet the performance objectives of the PWS. The Haines Fairbanks Pipeline is not listed on the National Priorities List. Remediation is being conducted pursuant t o Alaska Administrative Code (AAC), Title 18 (Environmental Conservation), Chapters 75 and 78 (Oil and Other Hazardous Substances Pollution Control and Underground Storage Tanks) requirements, with regulatory coordination of the Alaska Department of Enviro nmental Conservation (ADEC). 'Unforeseen environmental issues' include unknown and/or varied concentrations of contaminants at the sites (off post included) identified in the PWS, but not unknown sites (e.g., sites not identified in the PWS). Haines-Fa irbanks Pipeline encompasses four separate locations: HNS-01 (Tank farm); HNS-02 (Pipeline), HNS-03, (Sears Creek), and HNS04 (Tok Fuel Terminal). Descriptions of these four sites are provided in PWS. For purposes of the PWS, the 'Installation' refers to all four sites collectively. Under the PWS the Contractor will not perform munitions and explosives of concern (MEC) work; however, the Contractor should be familiar with and be able to recognize MEC and then notify the Army of potential condition. This will be issued under the 8(a) Competitive Program. Respond with your contact information to express interest in this pre-solicitation notice to: Michelle Mandel, Contract Specialist, e-mail: michelle.mandel@richardson.army.mil phone: 907/384-71 04, fax: 907/384-7112.
 
Place of Performance
Address: ACA, Fort Richardson Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL Fort Richardson AK
Zip Code: 99505-0525
Country: US
 
Record
SN00769997-W 20050318/050316212106 (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.