Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2007 FBO #2018
SOLICITATION NOTICE

S -- Advance Contracting Initiative (ACI) Single Award Task Order Contract (SATOC) for Debris Management Services in within United States and its territories

Notice Date
6/4/2007
 
Notice Type
Solicitation Notice
 
NAICS
562119 — Other Waste Collection
 
Contracting Office
US Army Engineer District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
W912P8-07-R-0101
 
Response Due
6/19/2007
 
Archive Date
8/18/2007
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers (USACE) seeks to establish ten SATOCs in specific geographic regions across the United States and its territories. This requirement is UNRESTRICTED. The geographic regions are defined as any one of the identified re gions within the U. S. Army Corps of Engineers Division (Major Subordinate Command) boundaries of South Atlantic Division (SAD), including Puerto Rico (Local Contractors or Joint Ventures Only), and the Virgin Islands (Local Contractors or Joint Ventures Only), North Atlantic Division (NAD), Southwestern Division (SWD), Mississippi Valley Division (MVD), South Pacific Division (SPD), and Pacific Ocean Division (POD). A region will consist of a grouping of states/ territories within each of the below lis ted divisions: (NAD) Region (1) New Jersey/New York/Pennsylvania/ Connecticut/Rhode Island /Massachusetts/Vermont/New Hampshire/Maine/Maryland/Delaware/District of Columbia/Virginia/West Virginia; (SAD) Region (2) sub-regions (2A) Alabama/Florida, (2B) Geo rgia/North Carolina/South Carolina, (2C) Puerto Rico (2D) Virgin Islands; (MVD) Region (3) Louisiana/Mississippi; (SWD) Region (4) Texas/ Oklahoma/Arkansas; (SPD) Region (5) California/ Utah/Nevada/Arizona/New Mexico; (POD) Region (6) sub-regions (6A) Hawa ii (state), (6B) Alaska (state). A single contract will be awarded in each region. These SATOC regional contractors will support the USACE ACI program. The ACI program enables USACE to respond quickly to Incidents of National Significance as defined by the National Response Plan (NRP). See the following website for information about th e NRP: http://www.dhs.gov/xprepresp/committees/editorial_0566.shtm The SATOC regional contractors shall provide pre-event planning and execute debris management services during an event. The Pre-Execution Planning Team will function as part of an interagency debris planning team. The Pre-Execution Planning Team will pro vide technical assistance for the following activities: (1) Estimation of debris volumes, (2) Sectoring disaster area for most efficient debris management, (3) Locating temporary debris storage and reduction sites and disposal sites, (4) Determining pers onnel and equipment resources (crews) required, (5) Performing environmental health and safety evaluations, and for (6) Evaluating requirements to implement an automated debris management system. The SATOC regional contract shall also provide equipment, o perators, and laborers for debris management services which includes, but is not limited to, segregation, removal, hauling, disposal, and structural demolition on public, commercial, and private property as specific by the Government during an actual event . Debris is defined as materials originating from the effects of any natural or man-made catastrophe or major disaster. Materials included are of both man-made and natural origins, and may include hazardous/toxic/radiological wastes (HTRW). Man-made debr is, construction/ demolition (C&D) materials includes, but are not limited to: lumber, concrete, asphalt, masonry, metals, and plastics. Debris of natural origins, includes, but are not limited to: all vegetative debris (grass, shrubs, stumps, and trees - including trees on houses when specified by task order) and slide materials (clay, sand, gravel, rock, residual solids) and earth collected with the debris while loading trucks. Screening of debris may be required to remove earthen material prior to reduc tion. In addition to the requirements detailed above, the SATOC contractors shall provide an Automated Debris Management System (ADMS). The ADMS for each region shall provide the following data management features for the US Army Corps of Engineers. * The electronic debris management system must create load tickets electronically eliminating the need for hand written and scanned tickets. * Paperless electronic (handheld device) data collection * Duplicate databases for internet and government use * Only two elements of the traditional debris paper load ticket ( debris type and load call) are manually entered * Automation of debris pickup location thru GPS/GIS technologies * Evaluation of daily event status using web-based reporting and GIS tools * Coordination of contractor invoices, FEMA documentation and applicant payment processes enabled thru an integrated database management system Each SATOC regional contract will have a single award. The Government encourages teaming and joint-ventures. A joint venture may be considered a small business if all the requirements detailed in the Federal Acquisition Regulation (FAR) Part 19 are met.? ?The FAR can be found on the Internet at http://farsite.hill.af.mil/vffara.htm. The SATOC firms will receive an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The minimum guarantee for each firm will by $10K. These IDIQ contracts will be issued with a one-year base period and four one-year option periods. Each period will have a ceiling of $50M for a total of $250M of capacity per regional contract. Best value source selection procedures using the trade-off process will be used in this procurement. This means that the evaluation factors, other than cost or price, when combined, are SIGNIFICANTLY MORE IMPORTANT than cost or price. The NAICS Code for this acquisition is 562119, Other Waste Collection. The small business size standard is $11.5M. The solicitation documents for this procurement will be posted on Army Single Face to Industry (ASFI). You can access these files from a link located on FedBizOps (www.fbo.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in ord er to open most files posted by the New Orleans District. Please register as an Interested Vendor in FedBizOps. This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerors are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administrations Subnet, at http://web.sba.gov/subnet. Offerors must be registered with the Central Contractor Registration (CCR), in order to receive a Government contract award. To register, the CCR Internet address is: http://www.ccr.gov. Issue date of the solicitation is TBD. The Government intends to host a pre-proposal conference on Jun 28, 2007. The conference will be virtual and include a telephone call and web based presentation. Additional information about our pre-proposal confer ence will be posted at a later date. The Contracting POCs for this action are Tim Black, 504-862-2918, Timothy.Black@mvn02.usace.army.mil or Dianne Allen, 504-862-1120, Dianne.Allen@mvn02.usace.army.mil.
 
Place of Performance
Address: US Army Engineer District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
Country: US
 
Record
SN01309805-W 20070606/070604220731 (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.