Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2006 FBO #1804
MODIFICATION

F -- Mutiple Award Environmental Services

Notice Date
11/2/2006
 
Notice Type
Modification
 
NAICS
562910 — Remediation Services
 
Contracting Office
US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-06-R-0054-2
 
Response Due
12/1/2006
 
Archive Date
1/30/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Multiple Award Environmental Services contract in support of US Army Corps of Engineers Baltimore District (USACE) and its customers. Contracts awarded under this solicitation will be an Indefinite Delivery/Indefinite Quantity contract for various E nvironmental Remediation Services in support of the US Army Corps of Engineers Baltimore District (USACE) and its customers located anywhere within the USACE North Atlantic Region boundaries and assigned mission areas. This proposed procurement is set aside for small business. It is anticipated that multiple contracts will be awarded as a result of this solicitation. Proposals will be due on 1 December 2006. This procurement consist of one solicitation with the intent of awarding up to five contracts; five small business set-asides. The assigned NAICS is 562910 with a size standard of 500 employees. The performance period is sixty months. Contract usage can be for sites (1) currently owned or controlled by the Feder al 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. Project specific task orders will be issued under the basic Indefinite Delivery Indefinite Quantity (IDIQ) contract. Orders may be issued as performance based, fixed priced, fixed priced with incentive fee, cost-reimbursable with award fee or cost-reimbur sable with incentive fee task orders incorporating Service Contract Act or Davis-Bacon Act wages, as applicable. Scopes of work may be prescriptive or performance based for a wide range of environmental services at various known or suspected Hazardous, To xic, and Radioactive Waste (HTRW)/Munitions and Explosives of Concern sites The Contractor may be required to provide a wide variety of engineering services to support projects. Activities may include but not be limited to studies and evaluations, field activities, surveys and mappings permits and licenses, field support, and revi ews. The extent of the engineering services will be described in detail in each individual task order and may include but are not limited to structural, mechanical, electrical, architectural, geotechnical, geological, civil, environmental, MEC, radioacti ve waste, cost engineering, and other engineering support. The Contractor shall perform all necessary planning, investigation, fieldwork, analysis and preparation of all engineering documents identified in the Task Order. Engineering documents shall be rep resentative of industry or Government standards for drawings and specifications or by performance specifications. All Engineering documents produced by the Contractor shall be stamped by a licensed Professional Engineer and shall be submitted to the approp riate USACE personnel as defined in the task order for approval. Remedial/Response actions may or may not be performed in conjunction with engineering support depending on the individual task order. The requirements related to remedial/response actions will be described in detail in individual task orders. The successfu l Contractor shall perform all necessary planning, fieldwork, and implementation of the remedial/response action requirements identified. The Contractor selected for this work shall have the capability and experience to perform a wide range of investigatio ns, remedial/response actions and removals primarily for HTW but may also pertain to MEC and radioactive sites. Investigations include, but are not limited to: " On-Site source control and containment using a variety of technologies; " On-Site treatment using a variety of technologies; " Transportation to and/or storage, treatment and/or disposal of waste at an off site facility; " Survey, removal, transportation and disposal of asbestos containing materials; " Installation of all support facilities; " Preparation of all applicable Operation and Maintenance (O&M) Manuals and associated training of facility personnel for e quipment installed; " Problem solving during response with unexpected conditions or execution problems at the site. " Munitions and Explosives of Concern The proposals will be evaluated and the contracts will be awarded based on a trade-off analysis. The solicitation will be provided in an electronic format, free of charge, to all authenticated account holders of Federal Technical Data Solution System (FedTeDS) -- a one-time registration process for vendors/contractors -- Accounts may only be attained by CCR-registered contractors/vendors, go to www.fedteds.gov for additional information. After issuance of the solicitation, contractors may view and/or download this solicitation and all amendments at the following internet address: https://www.fedte ds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W912DR-06-R-0054-2. Use of the FedTeDS website requires prior registration at www.fedteds.gov. It is the offerors responsibility to monitor the FedTeDS web site (using the above link) for amendments to the solicitation. You must be registered with the Central Contractor Regi stration Database (CCR) to receive a government contract award. You may register with the CCR at http://www.ccr.gov/. 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 will be provided th e 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 m ore than one box or container must be bound together by tape or other means. If you are not registered, the United States Government is not responsible for providing you with notifications of any changes to this solicitation. All offerors are encouraged to visit the Baltimore District's public web site, CURRENT ACQUISITION OPPORTUNITIES (http://www.nab.usace.army.mil/ebs.htm) or the Federal Business Opportunities web page (http://www.fedbizopps.gov/ (USE THE BALTIMORE DISTRICT ACRONYM - W912DR - IN THE SEARCH FEATURE) to view other Baltimore District business opportunities. Questions concerning this project can be emailed to delmar.w.sutton@usace.army.mil
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21201
Country: US
 
Record
SN01175264-W 20061104/061102220823 (fbodaily.com)
 
Source
FedBizOpps 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.