Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2005 FBO #1327
SOLICITATION NOTICE

F -- Hazardous, Toxic and Radioactive Waste (HTRW) Services Contract

Notice Date
7/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-05-R-0071
 
Response Due
8/30/2005
 
Archive Date
10/29/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This solicitation is 100 percent set-aside for small business. The assigned NAICS is 541620 with a size standard of $6.0 million. The performance period is five (5) years. USACE, Baltimore has a requirement for an Indefinite Delivery/Indefinite Qua ntity Contract for hazardous, toxic, and radioactive (HTRW)/Munitions and Explosives of Concern Sites located throughout the geographic boundaries of the North Atlantic Division and other mission areas. Program/project focus will be primarily on Formerly Used Sites Remedial Action Program (FUSRAP) sites. However, contract usage can be for sites (1) currently owned or controlled by the Federal Government, either military or civilian agencies, (2) Formerly Used Defense Sites (FUDS), or (3) other sites where the Baltimore District is authorized to perform work. Work will involve a wide range of environmental services at various known or suspected Hazardous, Toxic, and Radioactive Waste (HTRW) Munitions and Explosives of Concern sites. The work effort may in clude, but not be limited to engineering support, studies, and evaluations, field activities, surveys and mapping, permits and licenses, field support, remedial/response actions, operation, maintenance and optimization. Engineering Services may include bu t are not limited to radioactive waste, structural, mechanical, electrical, geotechnical, geological, civil, and environmental, MEC, cost engineering, constructability reviews, and other engineering support. Remedial/Response actions may or may not be per formed in conjunction with engineering support. This procurement will be conducted in accordance, with FAR Part 15.3, Source Selection using the best value procurement process. Best Value will be determined using a trade off process, comparing price, tec hnical and other factors. Competitive proposal will be evaluated based on the evaluation criteria set forth in the solicitation package. The evaluation will consist of two phases. Phase 1 shall consist of two written volumes (technical and cost) of qual ifications. The technical, volume shall include project listing, experience, management capabilities, and past performance. The cost volume shall include financial capabilities, capacity, cost accounting system, and federal agency audits. The Government will determine the competitive range based on Phase I of the RFQ process. Offerors within the competitive range will continue to Phase 2, Oral Presentations. Phase 2 of the RFQ will be issued via an amendment to the RFQ. Oral Presentations in response to the amendment will be used to select an offeror who presents best value to the government in performing the work described in Section C, Scope of Work of the solicitation. It is imperative that all small disadvantaged businesses contact their cognizant Small Business Administration Office to obtain Small Disadvantaged Business Certification. Without SBA SDB certification, a prime contractor nor a federal agency can receive SDB credit when utilizing non-certified SDB contractors/subcontractors. THIS S OLICITATION WILL BE PROVIDED IN AN ELECTRONIC FORMAT, FREE OF CHARGE, TO ALL REGISTERED PLAN HOLDERS. THE MEDIA THROUGH WHICH THE GOVERNMENT CHOOSES TO ISSUE THIS SOLICITATION WILL BE ON THE WEB SITE; THIS SOLICITATION WILL NOT BE ISSUED IN PAPER. Contrac tors may view and/or download solicitation information from the wesbsite at https://ebs.nab.usace.army.mil. Questions concerning this project can be emailed to shelia.d.salter@nab02.usace.army.mil. All contractors must go to this website to register as a plan holder. In order to register, each contractor must have a valid Dun & Bradstreet Number and Cage Code Number assigned for the specific location being registered and also be registered in the Central Contractor Database. Registered plan holders wi ll be provided the solicitation. In order to reduce the possibility of error and to increase the quality of our service to you, all deliveries, packages, etc. must include the name of the Contract Specialist for the particular project. All deliveries, packages, etc. of more than one box or container must be bound together by tape or other means. In order to comply with the Debt Collection Improvement Act of 19 96, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. For information regarding CCR registration, the CCR website can be accessed at http://www.ccr.gov. Other information reg arding registration can be obtained through CCR Assistance Center (CCRAC) at 1-888-227-2423. A paper form for registration may be obtained from the DOD Electronic Commerce Information Center at 1-800-334-3414. The solicitation is scheduled to be issued o n or about 29 July 2005 with proposals due on or about 30 August 2005.
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21201
Country: US
 
Record
SN00846424-W 20050715/050713212414 (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.