Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2009 FBO #2948
SOLICITATION NOTICE

R -- Environmental Consulting Services, Andrews AFB, MD

Notice Date
12/18/2009
 
Notice Type
Presolicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
US Army Corps of Engineer - Omaha District, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F10R0015
 
Response Due
2/3/2010
 
Archive Date
4/4/2010
 
Point of Contact
Rhonda Shick, 402-995-2079
 
E-Mail Address
US Army Corps of Engineer - Omaha District
(rhonda.shick@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
On or about 04 January 2010, the U.S. Army Corps of Engineers, Omaha District will issue a Request for Proposal for Environmental Consulting Services for Environmental Compliance Projects for Andrews Air Force Base, MD, in support of the U.S. Army Corps of Engineers (USACE). This solicitation will be set aside for small business participation only under the NAICS Code 541620 with a size standard of $7.0 million. SCOPE: The contract awarded under this solicitation will be an Indefinite Delivery/Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) for Environmental Consulting Services for Andrews Air Force Base, MD. The contract will cover a wide range of base-wide environmental compliance services support in the following areas, including but not limited to: environmental compliance, hazardous waste/hazardous materials operations and management, Enterprise Environmental, Safety, and Occupational Health Management Information System (EESOH-MIS) Emergency Planning and Community Right-to-Know Act (EPCRA) inventory, air pollutant inventory, recycling operations, recycling yard facilities design and oversight, environmental quality plans, secondary containment, stream restoration, infiltration/inflow studies and implementation, permit updates, oil/water separator management, energy audits, lighting surveys, space utilization facility surveys, National Environmental Policy Act (NEPA) support, 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-integration, environmental assessment, baseline surveys, forestry, wildlife, archeology, preliminary assessments, remedial investigation, feasibility studies, remedial design, long term maintenance, pilot studies, program reviews and long term monitoring. PROCEDURE: One contract will be awarded to the offeror 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 Single Award Task Order Contract with a performance period of five years (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 $9,900,000.00. 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 responsible 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 Federal Business Opportunities, https://www.fbo.gov/. Written, telephonic, or fax requests for a solicitation 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 Contractor Registry (CCR), https://www.bpn.gov/ccr/default.aspx, prior to receiving any award. POINT OF CONTACT: Rhonda Shick, Contract Specialist Email: rhonda.shick@usace.army.mil Telephone Number: (402) 995-2079
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F10R0015/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers - Omaha District 1616 Capitol Ave, Omaha NE
Zip Code: 68102-4901
 
Record
SN02028034-W 20091220/091218235827-3dcee379792d88222df4c373b554b544 (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.