Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2008 FBO #2476
DOCUMENT

R -- USACE Omaha District intends to issue an RFP for Environmental Remediation Services ID/IQ for USACE Northwest Division boundaries & existing customers. 8(a) set-aside. - Amendment 1

Notice Date
9/4/2008
 
Notice Type
Amendment 1
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Omaha, US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
W9128F-08-R-0042
 
Response Due
9/16/2008 2:00:00 PM
 
Archive Date
12/12/2008
 
Point of Contact
Loreen K. Blume, Phone: 402-995-2092
 
E-Mail Address
Loreen.K.Blume@usace.army.mil
 
Small Business Set-Aside
8a Competitive
 
Description
On or about 14 July 2008, this office will issue a firm, fixed-price Request for Proposal for a 100% 8(a) Set-aside, Indefinite Delivery/Indefinite Quantity (IDIQ), Single Award Task Order Contract (SATOC) for Environmental Remediation Services for projects within the US Army Corps of Engineers, Northwest Division boundaries and for existing customers. Proposals will be received on or about 19 August 2008. This solicitation will facilitate award of a single contract, with a maximum capacity of $9 million. Evaluation of proposals will be performed on a Best Value basis. The work will include the following: The contract awarded under this solicitation will be an IDIQ SATOC for Environmental Remediation Services for projects within the US Army Corps of Engineers, Northwest Division boundaries and for existing customers. NAICS Code is 562910 Environmental Remediation Services; and, the small business size standard is 500 employees. The contract awarded will include firm-fixed price features for a wide range of environmental remediation services in the following areas including, but not limited to, work plans; investigations and field studies (both on-site and off-site work), analytical testing, engineering support and remedial design, response actions, removals and operations and maintenance, planning documentation deliverables. This will not be an Architect-Engineer (A-E) contract. Task orders may use performance-based Statements of Work. Each contract will have a base period of three years and an option to extend the contract for an additional two-year period. Proposal Evaluation: Technical proposals will be evaluated on an adjectival basis. Major evaluation areas of each offerors proposal, in descending order of importance, include: Technical Approach, Previous Experience, Resumes of Key Personnel, Organizational Structure, and Past Performance. Pricing/Cost will be subjectively evaluated. Offerors: Please be advised of on-line registration requirement in Central Contractor Registration (CCR) database http://www.ccr.gov/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications (ORCA) at http://orca.bpn.gov. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective for one year from date of submission or update to ORCA. There are no drawings associated with this Request for Proposal. Copies of this solicitation are available by INTERNET ACCESS ONLY. All solicitation documents will be posted to the Army Single Face to Industry (ASFI) website (https://acquisition.army.mil) and made available for viewing in Federal Business Opportunities (FBO) (http://www.fbo.gov). The plans and specifications will be available for download on the FBO website ONLY. Compact Disks will not be sent out and a Plan Holders (Interested Parties) List is available on the FedBizOpps website. Instructions to access technical data, Instructions to access a Plan Holders List on FedBizOpps, step by step instructions and the associate software required (viewers) to view the project plans and specifications can be accessed on the Omaha District Contracting Division web page (https://www.nwo.usace.army.mil/html/ct-m/webpage.htm). All amendments will be posted in FebBizOpps. It shall be the contractors responsibility to check the website for any amendments. The Contract Specialist point of contact for this project is Loreen K. Blume who can be reached by email: Loreen.K.Blume@us.army.mil or phone at 402-995-2092. The technical point of contact for this project is Linda J. White, PE, PMP who can be reached by email at: Linda.J.White@us.army.mil or phone at 402-995-2743. The Small Business Coordinator is Mr. Hubert J. Carter, Jr. who can be reached by email at: Hubert.J.Carter.Jr@us.army.mil or by phone at 402-995.2910. Interested parties are reminded that they are responsible for checking on new information posted to FedBizOpps.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1e91cbf33e96435c4d26a9b65e496857&tab=core&_cview=1)
 
Document(s)
Amendment 1
 
File Name: Amend 1 to solicitation W9128F-08-R-0042 extending proposal due date. (W9128F-08-R-0042, Amend 1.pdf)
Link: https://www.fbo.gov//utils/view?id=d5604db4cc40857d42ee53f458f0d80a
Bytes: 90.86 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 1616 Capitol Avenue Omaha NE<br />
Zip Code: 68102-4901<br />
 
Record
SN01659973-W 20080906/080904222242-1e91cbf33e96435c4d26a9b65e496857 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.