Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 15, 2017 FBO #5866
SOLICITATION NOTICE

R -- CERCLA Environmental Response

Notice Date
12/13/2017
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of Agriculture, Forest Service, R-5 Northern CA Acquisition Service Area, 3644 Avtech Parkway, Suite 180, Redding, California, 96002, United States
 
ZIP Code
96002
 
Solicitation Number
1291S8-18-R-0001
 
Point of Contact
Dindo L. Laxamana, Phone: 7075629022, Cree Prevost, Phone: 707-562-8897
 
E-Mail Address
dindolaxamana@fs.fed.us, creeprevost@fs.fed.us
(dindolaxamana@fs.fed.us, creeprevost@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
The US Forest Service, Region 5, Pacific Southwest Acquisition Management intends to issue a solicitation towards the end of January 2018 for a multi-award CERCLA Environmental Response Indefinite Delivery Indefinite Quantity (IDIQ) contract. Estimated award for this multi award IDIQ contract is May 2018. These dates are an estimate and are subject to change without notice. The intent of this multi award contract is to secure the professional services of one or more Contractors to provide technical services for site response activities. This includes conducting various evaluations, studies, and reports as specified in the National Contingency Plan (NCP) found in 40 CFR 300 or as required by the Resource Conservation and Recovery Act (RCRA) or other federal or state hazardous waste cleanup regulations. The Contractor may be requested to complete the following studies; Preliminary Assessment (PA), Site Inspection (SI), combined PA/SI, Risk Assessment, an Engineering Evaluation/Cost Analysis (EE/CA), a Remedial Investigation/Feasibility Study (RI/FS), or other documents required for CERCLA response actions, including enforcement support. The Contractor may also be requested to implement the CERCLA site remedy in accordance with the NCP with approved work plans and decision documents. Work under this contract is broken into the following Work activities/areas Activity I : Site Assessment/Charaterization Activity II : Removal Action Support Activity III : Removal Action Implementation Activity IV : Remedial Action Support Activity V : Remedial Action Implementation Activity VI : Enforcement Support Activity VII : Other Technical Support and Assistance It is envisioned that a majority of the projects in all of the activity areas will involve abandoned/inactive mine sites, dumps, landfills, etc. Projects may be located anywhere throughout United States Department of Agriculture (USDA), Forest Service (FS), Pacific Southwest Region 5, which includes 18 National Forests located primarily in California with some small acreage along the California/Nevada Border and the California/Oregon border. Some of the work may encompass private land adjacent to these National Forest lands. This acquisition will be 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this project is 562910 with a size standard of $20.5M. The contract type will be a Firm-Fixed-Price and will be for a five (5) year period from the date of award. The solicitation package will be posted on http://www.fedbizopps.gov. The government will not provide paper copies of the solicitation package. Facsimile, telephone, written and/or email requests for the solicitation package will not be honored. Prospective offerors are responsible for monitoring the fedbizopps website for release of the solicitation package and downloading their own copy of the solicitation package and any other pertinent information. This notice does not obligate the government to award a contract nor does it obligate the government to pay for any proposal preparation costs. Prospective offerors must have or obtain a DUNS number, be registered in System for Award Management (SAM) at https://www.sam.gov/index.html/#1, must complete FAR 52.212-3 Offeror Representation and Certification Commercial Items at https://www.sam.gov/index.html/#1.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1af817b92f93f7bde042903a13ec5ba6)
 
Place of Performance
Address: 1323 Club Drive, Vallejo, California, 94592, United States
Zip Code: 94592
 
Record
SN04765376-W 20171215/171213230948-1af817b92f93f7bde042903a13ec5ba6 (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.