Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2005 FBO #1292
SOLICITATION NOTICE

F -- ENVIRONMENTAL REMEDIAL SERVICES - GRIFFISS AIR FORCE BASE (AFB)

Notice Date
6/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
562910 — Remediation Services
 
Contracting Office
US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-05-R-0042
 
Response Due
8/24/2005
 
Archive Date
10/23/2005
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers (USACE), acting of behalf of the Air Force Real Property Agency (AFRPA), intends to award up to three (3) site specific Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for environmental remediation projects a t the former Griffiss Air Force Base (GAFB) in Rome, NY [Note: GAFB is a Department of Defense (DoD) Base Realignment and Closure (BRAC 95) site]. These contracts will be awarded using a best value, informal source selection evaluation process in accorda nce with FAR Part 15. The RFP solicitation will be published on or about 08 Jul 05, with a target date for contractor selection in mid to late October 2005. This solicitation will be issued as a full and open competition under NAICS Code 562910. The Joi nt Total Acquisition Value (JTAV) of these contracts is $14.5 million. The minimum guaranteed amount for award is $10,000.00. These contracts will have a five (5) year base period and one (1)-five (5) year option period in accordance with DFARS 217.204, revision dated 15 December 2004. Task Orders issued under these contracts will be either fixed price or cost reimbursable. However, the Governments preference is to award performance based, fixed price task orders. The Government reserves the right to compete each task order among the selected contractors using either a best value or low price evaluation which will be determined on a case by case basis for each task order. There are no limits on the amount of task orders except for the JTAV. The perio d of performance for any task order will not exceed five (5) years and any task order period for performance will not extend more than one (1) year beyond the ten (10) year ordering period. Description of Work: Environmental remediation services to be accomplished using these contracts include, but are not limited to: preparing and attaining regulatory approval of feasibility studies, proposed plans, records of decisions, action memoranda, s ampling and analysis reports; installing of monitoring wells; performing environmental sampling and analysis for groundwater, surface water, soils, sediments and air; installing and operating soil-venting systems; installing and operating in situ chemical oxidation systems; installing and operating permeable reactive walls; installing and operating landfill gas remedial systems; performing vapor intrusion studies; performing long term monitoring (LTM)/long term operation (LTO) of environmental remediation s ystems; preparing five year reviews; removing, treating and disposing of wastes; and the planning of work efforts required. Proposal Evaluation Process: Proposals will be evaluated based on the factors outlined in the RFP solicitation (to be published on or about 08 July 2005) using best value, informal source selection procedures in accordance with FAR Part 15. Technical fac tors will include, but are not limited to, company experience and past performance. Additionally, in accordance with the BRAC requirements found in DFARS 226.7102, consideration will be given to local, small and small disadvantaged 8(a) companies as part of the evaluation process. Cost realism and reasonableness will also be evaluated. Offerors will be required to submit both technical and cost proposals. No pre-proposal conference will be held. Additional Information: The RFP solicitation will be published on or about 08 July 2005 and will be available by Internet access only. Hard copies, CDs, DVDs and/or any other media will not be available or provided. All solicitation documents and amendm ents will be posted to http://nwk-ebs.nwk.usace.army.mil/ebs/advertisedsolicitations.asp. Prospective offerors must register their firm on this website in order to download the solicitation, amendments, plan holders list and other additional information. No telephone calls or faxes for solicitation information requests will be accepted. Prospective offerors should check the website frequently for chan ges to the solicitation and posting of amendments. Prior to submitting proposal, prospective offerors must be actively registered in the Central Contractor Registration (CCR) system, including creation of an MPIN number. Registration instructions may be obtained. The CCR web page address is www.ccr.gov. For registration assistance, call the Contractor Registration Assistance Center at 1-888-227-2423 or email at ccr@dlis.dla.mil. By submission of a proposal, a contractor acknowledges the requirement to be registered in the CCR database prior to award; during performance; and through final payment of any contract resulting from the solicitation, reference DFARS clause 252.204-7004. Prior to submission of a proposal, a new Federal Integrated Acquisition E nvironment (IAE) initiative called Online Representations and Certifications Application (ORCA) must also be completed, per FAR Case 2002-024, which became effective on 01 January 2005. ORCA is a web-based system that centralizes and standardizes the coll ection, storage, and viewing of many of the representations and certifications required by the Federal Acquisition Regulations and previously found in solicitations. Detailed information can be found in FAR Case, as well as by visiting the Help section of the website at http://orca.bpn.gov. The help section includes ORCA background information, frequently asked questions (FAQ), the ORCA Handbook, and whom to call for assistance. The USACE technical point of contact is Ms. Nanci Higginbotham at (816) 983-3359, Nanci.E.Higginbotham@usace.army.mil. The USACE contractual point of contact is Ms. Shelley Thomas at (816) 983-3842, Shelley.Thomas@usace.army.mil. For additional contracti ng opportunities, visit the Army Single Face to Industry web site at https://acquisition.army.mil/asfi/.
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
Country: US
 
Record
SN00825054-W 20050610/050608212440 (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.