Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 23, 2015 FBO #4808
MODIFICATION

F -- Remediation and Contaminant Mitigation Services

Notice Date
1/21/2015
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
USACE District, Europe, CMR 410 BOX 7, APO, AE 09096
 
ZIP Code
09096
 
Solicitation Number
W912GB-15-R-0016
 
Response Due
2/6/2015
 
Archive Date
3/22/2015
 
Point of Contact
Susan Salaj, 49 061197442630
 
E-Mail Address
USACE District, Europe
(susan.salaj@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Europe District intends to issue a Request for Proposal (RFP) W912GB-15-R-0016 for Firm Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple-Award Remediation Task Order Contracts (MARCs) covering US Army Garrisons (USAG), other Department of Defense Agencies and /or other U.S. Government agencies or partners, for each geographic grouping under this solicitation: Group 1: Germany, Poland; Group 2: Romania, Georgia, Ukraine, Hungary, Bulgaria, Czech Republic, Slovenia, Estonia, Lithuania, Latvia, Turkey, Kosovo, Bosnia-Herzegovina, and Serbia; Group 3: Belgium, The Netherlands and Italy. The IDIQ MARCs shall provide services related to Environmental Remediation and Contaminant Mitigation Services. TYPE OF CONTRACT: This RFP will be for one Firm Fixed Priced (FPP), Indefinite Delivery, Indefinite Quantity (IDIQ), MARC for each geographic grouping. The primary purpose of this MARC is to provide assessment of hazardous material/waste contamination situations (primarily POL, BTEX and CHC); provide any soil or groundwater remediation actions which are required; and provide local environmental management expertise as the need arises. This contract will also address contaminant mitigation for, but not limited to, substances such as asbestos, non-remediation related soil excavation and disposal, lead and radon. Examples of remediation work to be performed under this contract shall include but not limited to: Installing and operating/maintaining pump and treat groundwater systems (to include reports, Host Nation consultation, trend analyses, system optimization); Installing and operating/maintaining remedial injection systems (to include reports, Host Nation consultation, trend analyses, system optimization); Installing and operating/maintaining air sparging or vapor extracting systems (to include reports, Host Nation consultation, trend analyses, system optimization); Any other state of the art remediation systems (to include reports, Host Nation consultation, trend analyses, system optimization) Treatability studies, evaluation of engineering controls; various pump tests/pilot tests; RI/FS with reports written in technical English and German Design analysis, decision documents, and design prepared using technical English; Groundwater modeling, fate and transport analyses, or other technologies; Consulting, providing recommendations and reporting remediation results; Remedial Action Operation or Long Term Monitoring TYPE OF SET-ASIDE: This acquisition will be an unrestricted action under full and open competitive conditions. Small and Small Disadvantaged Business requirements are waived for this project due to its location OCONUS. SELECTION PROCESS: The Government intends to utilize a source selection process to evaluate contractors for award on a best value basis. CONTRACT MAGNITUDE: The term of the resultant contracts will be limited to a one (1) year (12 months) base period, and two (2) twelve month option periods. The contemplated contract capacity will not exceed $9,900,000.00 for the base and all option years. This MATOC procurement envisions that there will be two (2) or more contract awards for each geographic grouping. SITE VISIT/PRE-PROPOSAL CONFERENCE: Currently a Site visit is not scheduled for this solicitation. SOLICITATION WEBSITES: All prospective contractors and their subcontractors and suppliers must be registered in Federal Business Opportunities Website (FedBizOpps) https://www.fbo.gov before they will be allowed to download solicitation information. Contractors must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ prior to award of this contract. Solicitation documents, plans and specifications will only be available via FedBizOpps. Registration for plans and specifications should be made via FedBizOpps Internet Homepage. If you are not registered, the United States government is not responsible for providing you with notifications of any changes to this solicitation. The solicitation will be available only as a direct download. This solicitation will not be issued on CD-ROM. Neither telephonic, mailed, nor fax requests will be accepted. Registration should be completed one week prior to the issue date. It is therefore the Contractor's responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto. Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. NOTE: This solicitation is in.pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader. ANTICIPATED SOLICITATION RELEASE DATE AND AWARD DATE: The Government anticipates releasing the solicitation on or about 6 February 2015 and awarding the contracts in the third quarter of 2015. Actual dates and times will be identified in the solicitation. Responses to this pre-solicitation are not required. Additional details can be found in the solicitation when it is posted. NOTICE TO OFFERORS: The Government reserves the right to cancel any or all of the solicitation(s), either before or after the proposal opening with no obligation to the offeror by the Government. POINT-OF-CONTACT: The USACE EUD Contracting Office will be the sole point-of-contact for this solicitation. The Primary Contracting Point of Contact for this solicitation is Contract Specialist, Susan Salaj at susan.salaj@usace.army.mil. Telephone calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-15-R-0016/listing.html)
 
Place of Performance
Address: USACE District, Europe CMR 410 BOX 7, APO AE
Zip Code: 09096
 
Record
SN03621567-W 20150123/150121235453-c24c78ab92ddd56e7a6465439721bfb6 (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.