Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2008 FBO #2256
SOLICITATION NOTICE

B -- Indefinite Delivery/Indefinite Quantity (ID/IQ) Multiple Award Task Order Contracts (MATOC) for Environmental Consulting Services.

Notice Date
1/28/2008
 
Notice Type
Solicitation Notice
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
W9128F-06-R-0033^
 
Response Due
7/30/2008
 
Archive Date
9/28/2008
 
Point of Contact
George Sievers, 402-221-4112
 
E-Mail Address
Email your questions to US Army Corps of Engineer - Omaha District
(george.m.sievers@usace.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
NOTE: This notice replaces Presolicitation Notice W9128F-06-R-0033, including all modifications, posted on 12 May 2006. For administrative purposes unique to this website, this notice has the solicitation number W9128F-06-D-0033^. Any formal solicit ation resulting from this synopsis will be number W9128F-06-D-0033. This notice is posted IAW FAR 5.203 and 5.204. The U.S. Army Corps of Engineers, Omaha District, intends to solicit and award up-to- three Indefinite Delivery/Indefinite Quantity ( ID/IQ) Multiple Award Task Order Contracts (MATOC) for Environmental Consulting Services; encompassing Environmental Compliance Projects initiated for the Northwestern Division and Omaha District Customers, in the support of the U.S. Army Corps of Engineer s (USACE). This action will be initiated under NAICS Code 541620 with a size standard of $6.5 M. The subject solicitation will be set-aside for qualified HubZone small business concerns IAW FAR 19.1305. It is anticipated that the solicitation will be re leased on or about 15 February 2008. SCOPE: These contracts will have the capability to support work within the Northwestern Division and service all other Omaha District Customers, in support of USACE. The contracts awarded will include firm-fixed price task orders for a wide range of base-wide environmental consulting/compliance services support in the following areas, including but not limited to: environmental compliance, pollution-prevention programs, environmental education, training , sustainable development, environmental management systems, Environmental Compliance Assessment and Management Program (ECAMP), Environmental Impact Analysis Process (EIAP), natural and cultural resource programs, comprehensive planning programs, geo-inte gration, environmental assessment, baseline surveys, forestry, wildlife, archeology, Native American consultants, range management, remedial investigation, remedial design, long term maintenance, pilot studies, and long term monitoring. PROCEDURE: Up to three contracts will be awarded to the offeror(s) submitting a proposal determined to be the best value to the Government; price, and other factors considered. In any case, the Government may not award any contract if the resulting contract would not represent a best value to the Government using trade-off selection procedures as required by AFARS Subpart 5115.1 -- Source Selection Processes and Techniques. This will be a multiple-award contract with up to three successful offerors ass igned their own contract numbers. These three contractors will compete per each task order up to the maximum shared capacity Not-to-Exceed $10,000,000.00 (Environmental Compliance Multiple Award Contract pool). A performance period of five years is planne d (3-year base period plus one 2-year option period). There is no limit of the number of Task Order(s) that may be executed, but in no case shall the sum of all Task Order(s) executed exceed $10,000,000.00. Each contractor will be afforded a fair opportun ity to be considered for each task order in excess of $3,000.00. ADDITIONAL INFORMATION: No responses to this announcement are required. All information required for submission of an offer will be identified in the RFP when issued. All res ponsible sources may submit an offer, which will be considered. This synopsis is not to be construed as a commitment by the government. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the government for reimbursement. The RFP will be electronically issued using the Army Single Face to Industry (ASFI) Acquisition Business Website (https://acquisition.army.mil/asfi/). When issued, the RFP may also be viewed via http://www.fedbizo pps.gov/. Technical data and supporting documentation will be made available for viewing via the Federal Technical Data Solution System (FedTeDs) https://www.fe dteds.gov/. FedTeDs accounts may only be attained by CCR-registered contractors. Please visit the FedTeDs website or https://w3.nwo.usace.army.mil/html/ct-m/webpage.htm for additional information. Written, telephonic, or fax requests for a solicit ation package will NOT be accepted. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for updates or amendments to any and all documents. All Offerors must be registered in the Central Co ntractor Registry (CCR) prior to receiving any award. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. POINT OF CONTACT: George S ievers george.m.sievers@usace.army.mil 402-221-4112
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN01494166-W 20080130/080128224716 (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.