Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2017 FBO #5874
SOLICITATION NOTICE

F -- Multiple Award Task Order Contract to provide Third Party Blind Validation Seeding and Advanced Geophysical Classification (AGC) Data Collection and Processing to support the South Pacific and Southwestern Divisions

Notice Date
12/21/2017
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Albuquerque, Attn: CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, New Mexico, 87109-3435, United States
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP17R0011
 
Point of Contact
Erica Talley, Phone: 5053423223
 
E-Mail Address
erica.m.talley@usace.army.mil
(erica.m.talley@usace.army.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
The proposed procurement will be competed using a Best Value Trade-off source selection process, and open to small businesses and unrestricted businesses. NAICS is 562910, with a size standard of 750 employees. The solicitation will be issued on or about 09 January 2018, with proposals due on or about 09 February 2018. Offerors are advised that this requirement may be delayed, canceled, or revised at any time during the solicitation, or final award process, and is subject to the availability of funds. In general, task orders under these MATOC IDIQs will be to support the United States Army Corps of Engineers (USACE) with AGC quality control (QC) and assurance (QA) activities on an existing, previously awarded, separate Military Munitions Response Program (MMRP) remedial investigations, removal and/or remedial actions contract, task order or delivery order. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform the third party blind validation. Consequently, for each individual task order, Contractors attached to the primary environmental remediation on one of those existing, previously awarded, separate contract, task order or delivery order shall not be eligible to submit a proposal for the associated particular AGC seeding task orders. Additionally, in order to be eligible to propose on the proposed MATOC procurement or one of the seeding task orders under these planned IDIQs, the contractor MUST be accredited in accordance with the Digital Advanced Geophysical Classification Accreditation Program (DAGCAP). Minimum capabilities required for this IDIQ contract include various types of field and office activities. All work will be performed in accordance with any and all applicable rules, regulations, and guidelines. Any and all guidance identified within each specific task order will be followed. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform the Third Party Blind Validation Seeding and Advanced Geophysical Data Collection and Processing except for those items specified as Government furnished property and services. The solicitation for the MATOC will be advertised as a Request for Proposal. Competitive proposals will be evaluated based on the evaluation criteria set forth in the solicitation package. Evaluation by the Government will result in selection of a firm that represents the best value to the Government. The proposed procurement will result in firm-fixed price IDIQs to a selection of multiple firms. Questions of a technical nature regarding this synopsis should be addressed to John M. Jackson at (917) 557-6614 or e-mail at: John.M.Jackson@usace.army.mil. OFFERORS MUST BE REGISTERED with System for Award Management (SAM), in order to receive a Government Contract award. To register, the SAM Internet address is: http://www.sam.gov. Additionally, a paper form for registration may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. This solicitation will be issued via Internet only under W912PP-17-R-0011. For security reasons, all technical data related to this solicitation will be distributed using the Federal Business Opportunity (FBO) system at www.fbo.gov. FBO is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested offerors must register with FBO or they will not be able to download information from the site. Registration instructions can be found on the FedBizOpps website by clicking on the Register Now hyperlink. Contractors registered with Federal Business Opportunity (FBO) may view and/or download this solicitation and all amendments from the Internet AFTER SOLICITATION ISSUANCE. Again, offerors are advised that this requirement may be delayed, cancelled, or revised at any time during the solicitation, or final award process, and is subject to the availability of funds.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/W912PP17R0011/listing.html)
 
Place of Performance
Address: Primarily located in the western U.S. but possibility nationwide locations., Albuquerque, New Mexico, 87109, United States
Zip Code: 87109
 
Record
SN04774260-W 20171223/171221231646-1cfb1e8303ac9c5410966a5abcb00ad7 (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.