The RFP Database
New business relationships start here

Multiple Award Task Order Contract (MATOC) for Environmental Remediation Services (ERS)


Texas, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This acquisition is to be competed as a (100%) Small Business Set-Aside Solicitation as part of the U.S. Army Corps of Engineers, Southwestern Divisions Multiple Award Task Order Contract (MATOC) for Environmental Remediation Services (ERS).

The Fort Worth District, U.S. Army Corps of Engineers intends to issue Firm-Fixed Price Indefinite Delivery Multiple Award Task Order Contract (MATOC) for Environmental Remediation. Services for projects within the Geographic Boundaries of the Southwest Division (SWD) and projects assigned to the Southwest Division (SWD) in accordance with UAI Subpart 7.1 and ER 5-1-10. The Indefinite Delivery Contracts (IDCs) awarded will be firm-fixed-price for the control and remediation of environmental contamination from pollutants, toxic substances, radioactive materials, and hazardous materials, Munitions and Explosives of Concern (MEC), and Munitions Constituents (MC). Work to be performed under this contract may include, but not necessarily be limited to, preparation of work plans; studies with associated reports; multiple phases of field investigations; preliminary assessments (PA); site inspections (SI) and remedial site inspections; remedial investigations (RI); feasibility studies (FS); Engineering Evaluation Cost Analysis (EECA); and other planning documents, monitoring well installation and sampling; short and long term monitoring/long term operations (LTM/LTO) or Long Term Response Action (LTRA); data management; data interpretation; engineering evaluation and corrective actions; optimization studies; ground-water modeling; geophysical surveys; remediation cost estimates; management of non-hazardous and hazardous investigative derived waste (IDW); environmental and human health risk assessments; risk based remediation; air emission issues including vapor intrusion; surface water discharge, applying for environmental permits, remedial design; well abandonment; meetings; public meeting participation; preparation of presentation material both written and visual; hydrological, sediment and soil studies; project reports; engineering support; value engineering studies; operations and maintenance (O&M) for Hazardous, Toxic and Radioactive Waste (HTRW) and Military Munitions Response Program (MMRP) sites; energy evaluations for remediation systems; remedial action plans; remedial actions; removal action plans; removal actions; construction support; range clearance activities; site closeout/decision documents; abandoned mines program support; and future project programming and scheduling support. Wage Determinations will be incorporated with each task order, if required. This will be a performance-based procurement. Scope specifics will be defined/detailed and monitored under each task order.

This solicitation will facilitate award of up to five (5) IDCs with a maximum shared capacity of $45 million. However, if the Contracting Officer determines during the source selection process that fewer or more than five (5) contracts should be awarded, based upon the selection criteria, the Contracting Officer has the discretion of adjusting that number, or awarding none at all. Evaluation of proposals will be performed on a "Trade-Off Best Value" basis. Contracts will have a base period of three years and one two-year option period. The applicable North American Industrial Classification System (NAICS) Code is 562910, Environmental Remediation Services, with an associated Small Business Size Standard, as established by the U.S. Small Business Administration, of 750 Employees.

Any amendments issued to the solicitation must be acknowledged by potential offerors. No corrections and/or changes to proposals will be allowed after the proposal submittal due date and time.

Contractors MUST be registered and current with the System for Award Management (SAM) database in order to receive a Government contract award. To register, the SAM Internet address is http://www.sam.gov.

All technical questions shall be submitted via ProjNet. Instructions are attached.

Julie Meyer, Contract Specialist, Phone 8178861059, Email julie.meyer@usace.army.mil - Nicholas A. Aprea, Contract Specialist, Phone 8178861268, Email nicholas.a.aprea@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP