Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2018 FBO #6195
MODIFICATION

F -- IDIQ MATOC for Environmental Remediation Services (ERS) for the US Army Environmental Command (AEC) and other Department of Defense (DoD) Customers throughout Germany and Poland (DE/POL) - Solicitation 1

Notice Date
11/7/2018
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Europe, Konrad-Adenauer Ring 39, Wiesbaden, 65187, Germany
 
ZIP Code
00000
 
Solicitation Number
W912GB19R0010
 
Response Due
12/7/2018 9:00:00 AM
 
Archive Date
10/1/2019
 
Point of Contact
Natasha McKellum, Phone: +4961197442625, Joshua D Mueller, Phone: +4961197442127
 
E-Mail Address
natasha.s.mckellum@usace.army.mil, JOSHUA.D.MUELLER@USACE.ARMY.MIL
(natasha.s.mckellum@usace.army.mil, JOSHUA.D.MUELLER@USACE.ARMY.MIL)
 
Small Business Set-Aside
N/A
 
Description
W912B19R0010 RFP - Environmental Remediation Services in DE-POL MATOC Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Environmental Remediation Services (ERS) for the US Army Environmental Command (AEC) and other Department of Defense (DoD) Customers throughout Germany and Poland (DE/POL) PURPOSE OF THIS ANNOUNCEMENT: This is a solicitation announcement. The US Government hereby issues a Request for Proposals. Interested parties are advised to fully and carefully review this announcement (and attachments). Attachments include the Performance Work Statement, Instructions to Offerors, and the Evaluation Factors/Basis for Award. It is recommended that interested parties utilize the FBO "watch this opportunity" feature to be automateically notified of changes to this announcement as they may occur. OFFERORS ARE RESPONSIBLE FOR MONITORING THIS WEBSITE FOR CHANGES TO THIS NOTICE AND THE FORMAL SOLICITATION ANNOUNCEMENT. INQUIRIES: Inquiries from interested parties at this time are encouraged. Inquiries shall be submitted in writing via "Bidder Inquiry" in ProjNet at www.projnet.org\projnet. The bidder inquiry key is 42PKJQ-E5SIQI. All Offerors are encouraged to register on ProjNet for alerts so as to stay abreast of Q&A's that are posted in reference to this solicitation. Only self-registered users on ProjNet can submit & review inquiries. To self-register, go to the webpage, click BID tab, select Bidder Inquiry, select agency USACE, enter the key for this solicitation listed above and your email address. After initial login, enter all the required information to create your user ID. Verify the information on the next screen and from there you may submit and view inquiries. Those submitting inquiries will receive a system generated email notification when their inquiry has been processed and answered. It is the Offeror's responsibility to monitor for inquiries and responses. Interested parties are advised also that, while the Government acquisition team will make their best effort respond to all inquiries submitted, it is possible that not every inquiry will be answered. SOLICITATION: See the final RFP package, posted as attachment to this announcement at this time. Offerors are advised to review the RFP package carefully and completely. In particular, sections L & M of the RFP contain detailed proposal submission instructions, the basis for award, and evaluation procedures. The solicitation documents will only be made available in electronic format, downloadable from FBO. No CD- ROMs or hardcopy documents will be distributed. Interested parties must be registered in FBO and the System for Award Management (SAM) at www.sam.gov in order to view or download the solicitation documents. It is the responsibility of the interested parties to appropriately register SAM & FBO and to monitor for notices, amendments, etc. PROPOSAL RESPONSE DEADLINE: Interested parties shall submit responses no later than the date specified on the solicitation document. See RFP section L for further details and submission instructions. Offerors are reminded that the deadline on the solicitation document is local time, which is Central European Time. This FBO announcement "response date" is stated in US Eastern time, synched with the local time stated on the solicitation document. SPECIAL SAM NOTICE: Please take notice that SAM ( www.sam.gov ) has a new entity registration requirement that firms submit an "original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number before the registration will be activated." This applies to all new entity registrations and all entity registration renewals, effective 29 April 2018. Further information behind this new requirement is posted to the General Services Administration's (GSA) announcement page at https://www.gsa.gov/samupdate. Please also refer to Federal Service Desk's (FSD) instructions on how to comply with this new requirement. NOTE: the instructions are different for domestic (U.S. based) and international (not U.S. based) firms. Offerors are reminded that this solicitation will include the provision FAR 52.204-7 SAM or FAR 52.212-1 Instructions to Offerors--Commercial Items, and the resulting award will include the clause FAR 52.204-13 SAM Maintenance or 52.212-4 Contract Terms and Conditions--Commercial Items. These provisions/clauses require all contractors to register and maintain an active SAM entity registration in order to be eligible for contract awards, as prescribed by the regulation at FAR Subpart 4.11. In order to eligible for the contract award resulting from this solicitation, Offerors are advised to take immediate action to ensure your SAM entity registration is current and/or will be current at the time of proposal receipt by this contracting office. Instructions for domestic entities (located in the U.S. or its outlying areas): https://fsd.gov/fsd-gov/answer.do?sysparm_kbid=d2e67885db0d5f00b3257d321f96194b&sysparm_search=kb0013183. Instructions for international entities (not located in the U.S. or its outlying areas): https://www.fsd.gov/fsd-gov/answer.do?sysparm_kbid=dbf8053adb119344d71272131f961946&sysparm_search=KB0013221 FULL AND OPEN COMPETITION: This acquisition is subject to full and open competition pursuant to FAR Subpart 6.1. The NAICS Code selected for this acquisition is 562910 Environmental Remediation. RESULTING CONTRACT INFORMATION: The intent is to issue a Firm Fixed Price (FFP), Multiple Award Task Order Contract (MATOC), consisting of a target pool of five individual Indefinite Delivery Indefinite Quantity (IDIQ) contracts. The planned duration for this contract is a total of five years, consisting of a one year base ordering period plus four options for ordering periods of one year each. The total shared ordering capacity of all IDIQ contracts in the MATOC pool will be $41,100,000. INFORMATION ABOUT THE SERVICES TO BE PROCURED: See section C with the RFP package, posted as attachment to this announcement at this time. The objective of these contracts is to provide Environmental Remediation and Contaminant Mitigation Services in support of the US Army Environmental Command (AEC) and other Department of Defense (DoD) customers throughout Germany and Poland (DE/POL) at various known or suspected contaminated sites. It will also be used to perform other contamination mitigation actions including excavation and/or removal of contaminated soil. Contractors will be responsible for fully executing required environmental remediation and contaminant mitigation services for a variety of media including but not limited to groundwater, soil, surface water, storm water, drinking water, air, and buildings, techniques for remediation and mitigation also vary; they include but are not limited to in-situ methods; ex-situ methods; removal; natural attenuation; physical, chemical, or biological processes; or any combination thereof. The specific requirements are site and contaminant dependent; they are defined during site investigations, site assessments, remedial investigations, feasibility studies, and/or scoping and may require prompt action due to mission, legal, environmental, or health protection issues. PLACE OF PERFORMANCE: Task orders under these contracts will be performed in Germany and Poland. SITE VISIT/PRE-PROPOSAL CONFERENCE: N/A
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB19R0010/listing.html)
 
Place of Performance
Address: Germany/Poland, Germany
 
Record
SN05146531-W 20181109/181107230857-69d3c53f96adbda3013ec3bae7ca86b6 (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.