Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2010 FBO #3175
SOLICITATION NOTICE

R -- USEPA Assessment Services

Notice Date
8/2/2010
 
Notice Type
Presolicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
 
ZIP Code
95814
 
Solicitation Number
W91238-10-R-0076
 
Point of Contact
Lelani Banks, Phone: 9165576902, Angela Hermanson, Phone: (916) 557-7945
 
E-Mail Address
lelani.u.banks@usace.army.mil, angela.hermanson@usace.army.mil
(lelani.u.banks@usace.army.mil, angela.hermanson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Corps of Engineers (USACE), Sacramento District intends to solicit offers under a request for proposal (RFP) W91238-10-R-0076 to procure assessment services in support to the United States Environmental Protection Agency (USEPA) in implementation of assessments and studies. This indefinite-delivery, indefinite-quantity single award contract will provide the U.S. Army Corps of Engineers (USACE) the capabilities of supporting a wide variety of services such as planning, support, execution, legal support, and achieving approval for hazard ranking score (HRS) packages. HRS packages are the culmination of the assessment process for sites that proceed to National Priority List (NPL) status. Qualified contractors shall have the experience in HRS and have successfully completed an HRS (through listing) with Region 9 within the last ten years. The work must be accomplished by qualified and experienced professionals. Areas of operation for USEPA Pacific Southwest Region 9, specifically the states of California, Nevada, Arizona, New Mexico, Hawaii, Guam, the Trust Territories of the Pacific, American Samoa, the Commonwealth of the Northern Mariana Islands (CNMI), and the lands of the Navajo Nation. Work may also include locations such as unincorporated US Pacific possessions and contiguous areas of EPA Regions 6,8, or 10 (including the State of Alaska) when USEPA Headquarters delegates out-of-region activities to Region 9 for execution due to special considerations such as Region 9 subject matter expertise, technological considerations, partial responsible party (PRP) requirements, of for other programmatic reasons. The Government intends to award a a single indefinite-delivery, indefinite-quantity contract. The single-award contract will have a base period of three years with the possibility of one two-year option period. The maximum dollar value/ceiling, including the base period and option period, for all task orders combined will not exceed $9.5 million. The only work authorized under this contract is work ordered by the Government through issuance of a task order. The Government makes no representation as to the number of task orders or actual amount of work to be ordered; however, during the base term of the award, a minimum of $5,000 is guaranteed to be ordered from the awardee under the base performance period of the contract. Contractors are not guaranteed work in excess of the minimum guarantee. There are no additional minimum guarantees obligated for any option period or year. All awards resulting from this unrestricted solicitation will be under the primary North American Industry Classification System (NAICS) code 541620 with a size standard of $7.0 million. The Government is utilizing the procedures in FAR 15.3 "Source Selection" under competitive negotiated proceedings to select the proposals that represent the best value to the Government. The trade-off process inherent in best value source selection allows the government to consider award to other than the lowest priced offeror or other than the highest technically rated offeror, per FAR 15.101. Consequently, all evaluation factors and significant sub-factors that may affect the contract award and their relative importance will be clearly stated in the solicitation. The Government does not intend to hold discussions; however, the Government reserves the right to hold discussions if later determined to be necessary by the Contracting Officer. Therefore, the offeror's initial proposal should contain the offeror's best terms from a price and technical standpoint. The Government reserves the right to reject any and all proposals and award to other than the lowest priced offerors. Offerors are required to register in the Central Contractor Registration (CCR) database at http://www.ccr.gov. Offerors must have an active registration in CCR prior to completing their Representations and Certifications (Section K) in the Online Representations and Certifications Application (ORCA). ORCA is an on-line system that is located on the Internet by going to http://www.bpn.gov. The information being requested does not constitute a commitment on the part of the Government to award a contract, nor to pay for any costs incurred as a result in replying to this notice. This notice should not be construed as a commitment by the Government for any purpose. The entire solicitation will be made available only on the Government Point of Entry (GPE) Website at http://www.fedbizopps.gov. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to this solicitation. The Government intends to issue the solicitation on or after August 17, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-10-R-0076/listing.html)
 
Place of Performance
Address: 1325 J Street, Sacramento, California, 95621, United States
Zip Code: 95621
 
Record
SN02224975-W 20100804/100802234546-797e79b6c976fe69311341a99f503103 (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.