Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2021 SAM #7069
SOLICITATION NOTICE

F -- MEGA Service Disabled Veteran Owned Small Business (SDVOSB) Pre-Place Remedial Action Contract (PRAC)

Notice Date
4/7/2021 9:08:50 AM
 
Notice Type
Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
W071 ENDIST KANSAS CITY KANSAS CITY MO 64106-2896 USA
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ21R3001
 
Response Due
5/13/2021 12:00:00 PM
 
Archive Date
05/28/2021
 
Point of Contact
Lauren Minzenberger, Phone: 8163892226, Joan E Clarkston, Phone: 8163893593, Fax: 8163892038
 
E-Mail Address
Lauren.O.Minzenberger@usace.army.mil, joan.e.clarkston@usace.army.mil
(Lauren.O.Minzenberger@usace.army.mil, joan.e.clarkston@usace.army.mil)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
This is the solicitation for the Pre-placed Remedial Action Contract (PRAC), Indefinite Delivery / Indefinite Quantity (ID/IQ) Multiple Award Task Order Contract (MATOC).� The contract is part of the U.S. Army Corps of Engineers (USACE), Multiple Environmental Government Acquisition (MEGA) Strategy.� The contract will support work assigned to the USACE Northwestern Division and the Environmental Protection Agency (EPA) Region 2, for hazardous, toxic and radioactive waste (HTRW) remediation projects for both civilian and military agencies of the Federal Government. The contract will include service and construction activities mandated by the Defense Environmental Restoration Program (DERP), Superfund, environmental compliance and pollution prevention projects under the Department of Defense Environmental Quality Program, Brownfields, Formerly Utilized Sites Remedial Action Program (FUSRAP), environmental cleanup activities under the Base Realignment and Closure (BRAC) Program, Department of Energy, Veterans Administration, Department of Homeland Security and the Federal Emergency Management Agency (FEMA), and other environmental and homeland security laws and regulations requiring support activities for military installations, USACE�s civil works projects, and work for other federal agencies. The DERP projects will include Installation Restoration Program (IRP) activities on active Army and Air Force installations and on Formerly Used Defense Sites (FUDS). � Performance will include a wide range of remedial action services at hazardous and radiological waste sites. These efforts may include environmental removal actions, remedial actions, and other remediation activities as well as related activities necessary to ensure complete and successful remediation.�� Remedial activities may include, but not be limited to, excavation, transportation, and disposal of hazardous, toxic, or radiological waste; underground storage tank or above ground storage tank removals; installation or improvement/repair of landfill caps; and erosion, sewer, and storm water controls for the purpose of compliance and/or pollution prevention; and remediation activities related to emerging contaminants such as PFAS and 1,4-Dioxane.� Supporting activities include, but are not limited to, sampling and laboratory analysis of soil, groundwater, surface water, air, and sediments; monitoring well, extraction well, and injection well installation, monitoring, and maintenance; supporting facilities for construction; work plan preparation; construction completion reports, as-built drawings, periodic monitoring reports, operation and monitoring reports, and other documents as needed; demolition; and public relations activities. It is anticipated that the majority of the work will be conducted within the USACE Northwestern Division footprint.� Architect-Engineer services under FAR Subpart 36.6 will not be performed under the contract. The solicitation is for the award of a MATOC with a target of five (5) awardees; however, the Government has a right to select more or less than 5 awardees or none at all.� The maximum value for all orders issued against the contract is $22.5 million.� Orders will be firm fixed price. The solicitation is set aside for Service Disabled Veteran Owned Small Business (SDVOSB) concerns and will utilize source selection procedures described in Federal Acquisition Regulation (FAR) Subpart 15.3. To be eligible for award, offerors must be registered in the System for Award Management (SAM) at www.sam.gov under North American Industry Classification System (NAICS) Code 562910 (750 employee size standard) for Environmental Remediation Services. There are no drawings associated with the solicitation. Copies of the solicitation and amendments thereto will be available by INTERNET ACCESS ONLY at the Governmentwide point of entry, https://beta.sam.gov (this website has officially replaced FBO.gov). This notice 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/44837903f954427486daa6340cb79700/view)
 
Place of Performance
Address: Kansas City, MO 64106, USA
Zip Code: 64106
Country: USA
 
Record
SN05964718-F 20210409/210407230112 (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.