SOLICITATION NOTICE
F -- FY25 Eastern Compliance Environmental MATOC
- Notice Date
- 6/11/2025 5:09:47 AM
- Notice Type
- Presolicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- W2SD FEST NAU1 EUROPE APO AE 09096 USA
- ZIP Code
- 09096
- Solicitation Number
- W912GB25RA013
- Response Due
- 6/26/2025 1:00:00 AM
- Archive Date
- 07/11/2025
- Point of Contact
- Shanda Weekes, Phone: 3145702986, Christian Solinsky, Phone: 4961197442281
- E-Mail Address
-
shanda.weekes@usace.army.mil, christian.h.solinsky@usace.army.mil
(shanda.weekes@usace.army.mil, christian.h.solinsky@usace.army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- The US Army Corps of Engineers Europe District (NAU) anticipates soliciting and awarding a Firm Fixed Price (FFP) Indefinite-Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for a target of up to five95) firms. The desired contracts are intended to provide Environmental Compliance and Hazardous Material/Hazardous Waste (HM/HW) Management Support Services primarily in Eastern Europe including but not limited to: Albania, Armenia, Azerbaijan, Bosnia-Herzegovina, Bulgaria, Croatia, Czech Republic, Denmark, Estonia, Finland, Georgia, Greece, Hungary, Kosovo, Latvia, Lithuania, Moldova, Montenegro, North Macedonia, Norway, Poland, Romania, Serbia, Slovakia, Slovenia, Sweden, Turkey, and Ukraine. To a lesser degree, work (approximately 15% of MATOC dollar capacity) may be performed in other countries across the CENAU AOR as future installations and mission requirements develop and expand. The total value of all Task Orders awarded under these MATOCs will not exceed $49,000,000.00. The minimum guaranteed amount for each awarded contract will be $2,500.00. Task Orders will be FFP, minimum ordering amount is $2,500.00 and the maximum task order ordering amount shall not exceed $6,000,000.00 TYPE OF SET-ASIDE: This acquisition will be issued on an unrestricted, full and open basis. Small and Small Disadvantaged Business requirements are waived for this project due to its OCONUS location. SELECTION PROCESS: The Government intends to select a contractor for award using a best value trade-off source selection process. This process allows for tradeoff between non-cost factors and cost/price and allows the Government to accept other than the lowest priced proposal or other than the highest technically rated proposal to achieve a best-value contract award. SOLICITATION WEBSITE: Contractors must be registered in the System for Award Management (SAM) at https://sam.gov/ prior to award of this, or any U.S. Government contract. Solicitation and attachments will only be available via SAM.gov website. The solicitation will be available only as a direct download. It is therefore the Contractor's responsibility to monitor the website for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The notifications of changes to this solicitation shall only be made through this posting and modifications hereto. NOTE: The solicitation will be in .pdf format and requires and requires Adobe Acrobat Reader. ANTICIPATED SOLICITATION RELEASE DATE AND AWARD DATE: The Government anticipates releasing the solicitation on or about 30 June 2025. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted. NOTICE TO OFFERORS: The Government reserves the right to cancel any or all of the solicitation(s), either before or after the proposal opening with no obligation to the offeror(s) by the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7d7ef4610d7b44dfac90434b0bbe66c8/view)
- Place of Performance
- Address: ROU
- Country: ROU
- Country: ROU
- Record
- SN07473428-F 20250613/250611230041 (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 |