Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 01, 2009 FBO #2593
SOLICITATION NOTICE

F -- One (1) Site Specific IDIQ Contract for Environmental Remediation at the former Griffiss Air Force Base (GAFB) in Rome, NY.

Notice Date
12/30/2008
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Kansas City, US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-09-R-3002
 
Response Due
1/28/2009
 
Archive Date
3/29/2009
 
Point of Contact
Jack L Peterson, 816-389-3830<br />
 
Small Business Set-Aside
N/A
 
Description
The USACE, acting of behalf of the Air Force Real Property Agency (AFRPA), intends to award one (1) site specific Indefinite Delivery/Indefinite Quantity (IDIQ) contract for environmental remediation at the former Griffiss Air Force Base (GAFB) in Rome, NY [Note: GAFB is a Department of Defense (DoD) Base Realignment and Closure (BRAC 95) site.] This contract will be awarded using a best value, informal source selection evaluation process in accordance with FAR Part 15. The RFP solicitation will be published on or about 28 January 2009, with a target date for contractor selection in April 2009. This solicitation will be issued as a full and open competition under NAICS Code 562910. The magnitude of the governments estimated cost to perform this work over the duration of the contract life is within the range of $3.0 million - $7.0 million. The minimum guaranteed amount for award is $10,000.00. This contract will have a five (5) year base period and one (1) five (5) year option period in accordance with DFARS 217.204, revision dated 12 May 2006. Task Orders issued under these contracts will be either fixed price or cost reimbursable. However, the Governments preference is to award performance based, fixed price task orders. There is no limit on the dollar amount of task orders. The period of performance for any task order will not exceed five (5) years and any task order period of performance will not extend more than one (1) year beyond the ten (10) year ordering period. Funding will be provided annually over the contract life, normally in fiscal year (FY) increments. FY 09 funding is anticipated to be available in the 3rd quarter. Description of Work: Environmental remediation services to be accomplished using this contract include, but are not limited to: preparing and attaining regulatory approval of feasibility studies, proposed plans, records of decisions, remedial designs, remedial action reports and sampling and analysis reports; remediation of chlorinated volatile organic contaminated groundwater and soil; excavation and disposal of contaminated soil; installing of monitoring wells and performing environmental sampling and analysis for groundwater, surface water, soils, sediments and air; performing vapor intrusion studies; performing long term monitoring (LTM)/long term operation (LTO) of environmental remediation systems; and the planning of work efforts required. Proposal Evaluation Process: Proposals will be evaluated based on the factors outlined in the RFP solicitation (to be published on or about 28 January 2009) using best value, informal source selection procedures in accordance with FAR Part 15. Evaluation factors will include, but are not limited to: technical experience, past performance, technical remediation approach and price. Additionally, in accordance with the BRAC requirements found in DFARS 226.7102, consideration will be given to local, small and small disadvantaged 8(a) companies as part of the evaluation process. Offerors will be required to submit both technical and price proposals. A site visit/pre-proposal conference will be held in February 2009. Additional Information: The RFP solicitation will be published on or about 28 January 2009. All solicitation documents and amendments will be posted to the Federal Business Opportunities website at www.fbo.gov. Prospective offerors must register their firm on this website in order to download the solicitation, amendments, plan holders list and other additional information. Prospective offerors should check the website frequently for changes to the solicitation and posting of amendments. Solicitation documents will also be provided on CDs or DVDs for those prospective offerors unable to download these files. Email requests for CDs/DVDs to the USACE points of contact listed below along with mailing address. Prior to submitting a proposal, prospective offerors must be actively registered in the Central Contractor Registration (CCR) system, including creation of an MPIN number. Registration instructions may be obtained. The CCR web page address is www.ccr.gov. For registration assistance, call the Contractor Registration Assistance Center at 1-888-227-2423. By submission of a proposal, a contractor acknowledges the requirement to be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from the solicitation, reference DFARS clause 252.204-7004. Prior to submission of a proposal, the Federal Integrated Acquisition Environment (IAE) initiative called Online Representations and Certifications Application (ORCA) must also be completed, per FAR Case 2002-024, which became effective on 01 January 2005. ORCA is a web-based system that centralizes and standardizes the collection, storage, and viewing of many of the representations and certifications required by the Federal Acquisition Regulations and previously found in solicitations. Detailed information can be found by visiting the Help section of the website at http://orca.bpn.gov. The help section includes ORCA background information, frequently asked questions (FAQ), the ORCA Handbook, and whom to call for assistance. The USACE technical point of contact is Ms. Nanci Higginbotham at (816) 389-3359, nanci.e.higginbotham@usace.army.mil. The USACE contractual point of contact is Mr. Jack Peterson at (816) 389-3830, jack.l.peterson@usace.army.mil. For additional contracting opportunities, visit the Army Single Face to Industry web site at https://acquisition.army.mil/asfi/.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9fb6ebed9e115adbf2918c68c2de46a5&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CECT-NWK-H, 601 East 12th Street Kansas City MO<br />
Zip Code: 64106-2896<br />
 
Record
SN01725559-W 20090101/081230215336-9fb6ebed9e115adbf2918c68c2de46a5 (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.