Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
SOLICITATION NOTICE

F -- Corrective Measures Implementation (CMI) for Eight (8) Solid Waste Management Unit (SWMU) Sites, Hawthorne Army Depot, Nevada

Notice Date
8/14/2020 6:50:13 AM
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
US ARMY ENGINEER DISTRICT SACRAMENT SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Solicitation Number
W9123820R0065
 
Response Due
7/22/2020 5:00:00 PM
 
Archive Date
08/27/2020
 
Point of Contact
Roxana Ahola, Phone: 9165577599, Daniel E. Czech, Phone: 9165577012
 
E-Mail Address
roxana.ahola@usace.army.mil, Daniel.E.Czech@usace.army.mil
(roxana.ahola@usace.army.mil, Daniel.E.Czech@usace.army.mil)
 
Small Business Set-Aside
8AN 8(a) Sole Source (FAR 19.8)
 
Description
THE PURPOSE OF THIS RE POSTING OF PRE-SOLICITATION NOTICE IS TO UPDATE ACQUISITION FROM A COMPETITIVE 8(A) SET ASIDE TO A�TO A SOLE SOURCE 8(A) SET ASIDE. The U.S. Army Corps of Engineers, Sacramento District, intends to issue a Request for Proposal (RFP) solicitation for Corrective Measures Implementation (CMI) for Eight (8) Solid Waste Management Unit (SWMU) Sites, Hawthorne Army Depot, Nevada (HWAD). HWAD is located in Mineral County, Nevada, approximately 135 miles southeast of Reno, Nevada. The Installation occupies approximately 147,236 acres and is bounded by the Wassuk Mountains on the west, the Gillis Mountains on the east, and the Excelsior Mountains on the south. Walker Lake bounds the Installation to the north, with part of the lake inside the Installation boundary. HWAD is a Government Owned/Contractor Operated facility and the current operator is SOC Nevada LLC. This requirement involves Compliance Restoration (CR) and Installation Restoration Program (IRP) sites. CR sites fall under the Installation Restoration Program (IRP). The Contractor shall be responsible for providing full�environmental restoration services for which the United States Department of the Army (the �Army�) is statutorily responsible; addressing any and all environmental, explosive safety, scheduling, and regulatory issues; and, assuming contractual liability and responsibility for the achievement of the performance objectives for the cleanup sites at Hawthorne Army Depot (the �Installation�) that will be identified in the�solicitation in the Performance Work Statement (PWS), including any sites with off-installation contamination for which the Army is responsible. The Contractor must possess all the required expertise, knowledge, equipment and tools required to meet or exceed the government�s objectives identified in the PWS in accordance with established industry standards. The Contractor must have the capability and experience to perform, or provide, a wide range of investigative, and corrective action implementation services required for hazardous substance and waste sites. Work will include corrective measures plan development, corrective measures implementation (installation), corrective measures implementation (operation), and long-term management. It is the Contractor's responsibility to comply with all applicable federal, state and local laws and regulations and to fulfill the performance objectives of the�PWS in a manner that is consistent with any applicable orders or permits, all existing and future cleanup agreements or guidance for the Installation, and relevant Department of Defense (DoD) and Army policy, for the duration of the contract. The Contractor must perform all the necessary environmental remediation/corrective measures work as required to meet the performance objectives of the�PWS. Corrective Measures Implementation is being conducted pursuant to Resource Conservation and Recovery Act (RCRA) with regulatory coordination with the Nevada Division of Environmental Protection (NDEP). Hawthorne Army Depot has a RCRA permit through NDEP for Corrective Actions at Solid Waste Management Units (SWMUs). 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. This acquisition to be issued as a SOLE SOURCE set aside for an�8a Small Business��with a North American Industry Classification System (NAICS) Code is 562910 (Remediation Services) as a�Firm Fixed Price�contract.� The estimated period of performance is 5 years from award date. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c3c06e06a7a346209486e3caffa4478e/view)
 
Place of Performance
Address: Hawthorne, NV 89415, USA
Zip Code: 89415
Country: USA
 
Record
SN05758272-F 20200816/200814230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.