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) Multiple Award Task Order Contract (MATOC) Hubzone and 8a pools for Debris Management Services in Eleven (11) Coastal States within the Continental United States.

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-0100
 
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 three MATOC pools of 8(a) and HUBZone firms on each coast of the United States. The three pools will be as follows: (1) Western Pool  HUBZone Set Aside  Responds to requirements in the s tates of California and Texas. (2) Southern Pool  8(a) Set Aside  Responds to requirements in the states of Louisiana, Mississippi, and Alabama. (3) Eastern Pool  HUBZone Set Aside  Responds to requirements in the states of Maryland, Virginia, North Carolina, South Carolina, Georgia, and Florida. All qualified business concerns may submit offers. These pools will support the USACE ACI program. The ACI program enables USACE to respond quickly to Incidents of National Significance as defined by the N ational Response Plan (NRP). See the following website for information about the NRP: http://www.dhs.gov/xprepresp/committees/editorial_0566.shtm The ACI MATOC Contractors shall provide equipment, operators, 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 specified by the Government. 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 debris, construction/ demolition (C&D) materials include, 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 ea rthen material prior to reduction. Each MATOC pool will include contracts with 4 to 8 companies. 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 ar e met.??The FAR can be found on the Internet at http://farsite.hill.af.mil/vffara.htm. Task Orders will be competed amongst the members of the pool as requirements are identified. Each firm will receive an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The ceiling for each pool will be $200M. 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. 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 conference 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
SN01309806-W 20070606/070604220732 (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.