Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2008 FBO #2582
SOLICITATION NOTICE

F -- Worldwide Environmental Remediation Services (WERS)

Notice Date
12/19/2008
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Huntsville, US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY08R0017
 
Response Due
2/20/2009
 
Archive Date
4/21/2009
 
Point of Contact
Paul Daugherty, 256-895-1456<br />
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Engineering and Support Center, Huntsville is soliciting proposals on an unrestricted, full & open, competitive basis for Worldwide Environmental Remediation Services (WERS) under RFP W912DY-08-R-0017. In order to accomplish this mission, the Ordnance and Explosives program proposes to award multiple Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts, under which task orders will be either firm-fixed price (FFP), cost-plus-fixed-fee (CPFF), FFP-Level of Effort (FP LOE), Cost Plus Level of Effort (CP-LOE) or any combination of thereof. The awarded contracts will share a programmatic capacity of $945 Million. The period of performance is two years with 3 one-year renewal options. The RFP will be available for download from www.fedbizopps.gov on 05 January 2009. Proposals are due 20 February 2009. WERS will support the Military Munitions Response Program (MMRP), the Hazardous, Toxic, and Radiological Waste (HTRW) Program, clean up of Formerly Used Defense Sites (FUDS) and Base Realignment and Closure (BRAC). WERS will also support overseas operations, including, but not limited to, operations in Iraq. The Offeror(s) must be capable of performing Conventional Munitions Responses, Recovered Chemical Warfare Materiel (RCWM) Munitions Responses, other munitions-related services, and Hazardous, Toxic, and Radioactive Waste (HTRW) Responses, all as necessary to permit lands and waters to be safely and efficiently used for their intended purpose, to include (but not limited to): Air monitoring; Blast effects engineering analysis; Case studies and associated reports; Construction support; Educational training and other institutional controls; Environmental Documentation (EA and EIS); Environmental Master Planning; Environmental Management Systems (EMS); Engineering evaluations; Engineering support and/or design Engineering management; Environmental Quality and Compliance Planning; Feasibility studies; Geographical Information Systems (GIS). Geophysical mapping and data management; Government property management and control; Long term management; Monitoring (short and long term); Operations and Maintenance (short and long term); Other Incidental Architectural/Engineering services; Permitting; Remedial investigations; Remedial or removal actions; Restoration and advisory board or public meeting support; Sampling and analysis Site investigations or inspections; Site security; Additionally work will include clean up of Munitions and Explosives of Concern (MEC) or other munitions related operations - to include: Ammunition depot operations and management; Booby trap clearances; Demining operations; Disablement of unconventional warfare explosive devices; Post-Battlefield munitions clearance; Range and debris clearance; Overseas operations to include the above as well as Logistical support and Security operations for personnel, materials and equipment in dangerous areas or combat zones; Offerors must be able to perform all aspects of MMRP and HTRW. All specified services may occur at sites located in the Continental United States (CONUS) and outside CONUS (OCONUS), to include combat zones at which MEC or other munitions were previously or are currently stored, evaluated, treated, disposed of, or used for military training and operations. All Offerors must be able to work CONUS, OCONUS and in combat theaters. Offerors must be able to provide all labor, materials, facilities and equipment for performance of all work identified in individual task orders; be cognizant of all applicable laws, regulations and guidance associated with the work being accomplished, and ensuring that all work activities performed by contractor personnel, sub-contractors and suppliers is executed as required by the applicable laws and regulations. A pre-proposal conference is planned on/about 15 January 2008 in Huntsville, AL. When preparations for the conference are finalized, the final date, time, and location will be posted via modification of this announcement. The RFP will be available for download from www.fedbizopps.gov on 05 January 2009. Proposals are due 20 February 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7dfc6d551879b9c0041930c20f388773&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Huntsville P. O. Box 1600, Huntsville AL<br />
Zip Code: 35807-4301<br />
 
Record
SN01721911-W 20081221/081219214927-7dfc6d551879b9c0041930c20f388773 (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.