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

F -- Multiple Award Remediation Contracts (MARC) in the Northwest Division of the Corps of Engineers

Notice Date
1/28/2008
 
Notice Type
Solicitation Notice
 
NAICS
562910 — Remediation Services
 
Contracting Office
US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW08R0012
 
Response Due
4/3/2008
 
Archive Date
6/2/2008
 
Point of Contact
Bonilie Lackey, 206-764-4481
 
E-Mail Address
Email your questions to US Army Engineer District, Seattle
(bonilie.l.lackey@nws.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Any questions regarding this solicitation should be addressed to: Bonnie Lackey at bonilie.l.lackey@usace.army.mil. The Seattle District is soliciting proposals for multiple award, multiple year contracts to perform site cleanup, site remediation as required/identified to meet project cleanup standards, regulatory criteria and requirements and identified schedules and budgets. This type of contract is intended for use on projects in both the Military and Civil funded Hazardous, Toxic and Radiologi cal Waste (HTRW) Programs and other Environmental Programs managed by the Seattle District. Examples of types of projects anticipated include but are not limited to: screening, identification, packaging and disposal of potentially hazardous waste; remova l, transport and disposal of hazardous and non-hazardous debris; installation of security fencing, signage, barricades, warning flagging, etc; temporary road installation, road repair, site access preparation, etc; brushing, clearing and grubbing; removal/ disposal/replacement of above ground and below ground storage tanks; removal/disposal/replacement of buried and exposed piping; removal/remediation/disposal of contaminated soils; building/remediation/disposal of contaminated soils; site restoration, seedi ng, replanting and revegetation; water treatment systems to include installation, operation and maintenance; in-situ soil treatment and stabilization processes; air quality monitoring; asbestos, lead based paint and radon abatement and mitigation; installa tion of water wells, monitoring wells, sampling wells, etc; soil, water and air sampling and analysis; Unexploded Ordnance (UXO) avoidance capabilities and UXO construction support; environmental facility/equipment upgrades; waste minimization, and polluti on prevention projects; habitat restoration projects; preparation of management and health and safety plans; incidental design associated with the above activities; landfill capping; removal and/or replacement of underground and aboveground storage tanks; demolition, deconstruction, and waste reduction; and hazardous materials assessment and abatement. Up to four Firm-Fixed Price Indefinite Delivery-Indefinite Quantity contracts are anticipated to be awarded as a result of this solicitation. As requ irements develop, task orders will be issued on a competitive or sole source basis to the awardees of this solicitation at the Governments option. Projects may range from remediation, based on provided design documents both formal and informal, to design -build remediation projects. Projects may be simple to highly complex in nature. Each contract will include a base year and four option periods. Maximum value of all work awarded under the MARCs will be limited to $5 million per period and $25 million o ver the life of the contracts. To be eligible for contract award a firm must be registered in the DoD Central Contractor Registration (CCR) database. Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-888-227-2423. The North American Industry Classification System (NAICS) Code is 562910 with a size standard of 500 employees. This requirement is 100% set aside for small business. For the purposes of this procurement, a concern is considered a small business if it employs 500 employees or less. For additional contracting opportunities, visit the Army Single Face to Industry at http://acquisition.army.mil/. The solicitation will be issued in electronic form on th e Army Single Face to Industry (ASFI) web site at https://acquisition.army.mil/asfi/solicitation_view.cfm?psolicitationnbr=W912DW08R0012. Register to receive notification of solicitation/amendment posting at http://www2.fbo.gov/spg/USA/COE/DACA67/W912DW-0 8-R-0012/listing.html. Additional contracting opportunities will be found at ASFI (https://acquisition.army.mil/asfi/sol_list.cfm?pContractOfcID=165) and FedBi zOpps (http://www2.fbo.gov/spg/USA/COE/DACA67/postdateToday_1.html). The solicitation will be available for download on or about 28 February 2008. Pursuant to Federal Acquisition Regulations (FAR), the solicitation will be available for download no earlier than 15 days following the posting of this synopsis. Pursuant to FAR, the response date of the solicitation is no earlier than 30 days from the date of the solicitation release date. The proposal due date will be noted on the solicitation at the time of issue. There is no technical information available until the issue of the solicitation via the Internet.
 
Place of Performance
Address: US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
Country: US
 
Record
SN01494170-W 20080130/080128224720 (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.