The RFP Database
New business relationships start here

Northwestern Division Regional $75M Section 8(a) SB Set-Aside IDIQ MATOC for Preplaced Remedial Action Contract (PRAC)


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

Northwestern Division Regional $75M Section 8(a) SB Set-Aside IDIQ MATOC for Preplaced Remedial Action Contract (PRAC)
 

FOR INFORMATION ONLY: This Synopsis is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming. All questions regarding this SYNOPSIS should be submitted in writing via email to the Contract Specialist as noted below.


All eligible 8(a) firms (with no geographical restrictions) can submit a proposal for this solicitation as long as they are capable of performing the work.


This Pre-placed Remedial Action Contract (PRAC) will support work for existing and future customers assigned to the U.S. Army Corps of Engineers (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 PRAC will support existing and future USACE customers of the five Districts (Seattle, Walla Walla, Portland, Kansas City, and Omaha) within the Northwestern Division of the Army Corps of Engineers (USACE), which has a geographic footprint covering the following states: Washington, Oregon, Idaho, Montana, North Dakota, South Dakota, Minnesota, Wisconsin, Wyoming, Nebraska, Iowa, Colorado, Kansas, and Missouri. In addition, this Multiple Award Task Order Contract (MATOC) includes missions for the Environmental Protection Agency (EPA), Region 2 in the states of New York and New Jersey.


This contract for environmental response actions will include service and construction activities mandated by the Defense Environmental Restoration Program (DERP); EPA actions under the Comprehensive Environmental Response, Compensation, and Liability Act of 1980 (CERCLA or Superfund) and the Brownfields Program; environmental compliance and pollution prevention projects under the Department of Defense Environmental Quality Program; Formerly Utilized Sites Remedial Action Program (FUSRAP); environmental cleanup activities under the Base Realignment and Closure (BRAC) Program; 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, Corps' 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).


This will be an Indefinite Delivery Indefinite Quantity (IDIQ) MATOC. This Request for Proposal (RFP) is available for award to all qualified 8(a) firms with active SAM registration under North American Industry Classification System (NAICS) Code 562910, Environmental Remediation Services. Firm-fixed-price or cost reimbursement task orders will be written against the IDIQ Contract(s). This solicitation will facilitate award of up to five (5) contracts with a maximum shared capacity of $75 million. The Contracting Officer has the discretion of adjusting the number of contracts awarded, or awarding none at all. Evaluation of proposals will be performed on a quote mark trade-off best value quote mark basis. Contracts will have a base period of three years and an option to extend the contract for an additional two-year period.


The Contractors selected for this work shall have the capability and experience to perform or provide a wide range of remedial action services at hazardous 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 low level radiological waste; construction and operation of groundwater treatment plants and extraction systems; dredging of contaminated sediments; installation and operation of in situ treatment technologies including but not limited to air sparging, chemical oxidation, bioremediation, ground-water circulating wells, permeable reactive barriers, soil vapor extraction, and thermal treatment; water and wastewater line installations/service connection hookups; utility line replacement and/or remediation along utility lines; and erosion, sewer, and storm water controls for the purpose of compliance and/or pollution prevention. 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.


The Contractors selected for this work may also be called upon to provide services and construction to support Department of Homeland Security and Federal Emergency Management Agency (FEMA) initiatives in the event of a terrorist threat, an actual terrorist incident, or other incident. These capabilities may include responding to hazardous, toxic, or radiological threats or incidents. These activities may also involve dealing with biological, chemical, and/or radiological aspects of weapons of mass destruction (WMD) or other terrorist weapons.


Proposal Evaluation: The Government is using the procedures in FAR 15.3 "Source Selection" under competitive negotiated proceedings to select the proposals that represent the best value to the Government. The trade-off process inherent in best value source selection allows the government to consider award to other than the lowest priced offeror or other than the highest technically rated offeror, per FAR 15.101. Consequently, all evaluation factors that may affect the contract award and their relative importance will be clearly stated in the solicitation.


Offerors: Please be advised of on-line registration requirement in the System for Award Management (SAM) database http://www.sam.gov/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete.


ON OR ABOUT 25 September 2017 the solicitation documents for this project will be available via the Federal Business Opportunities (FBO) website at www.fbo.gov under solicitation number W912DW-17-R-0003. Your firm must be registered with the FBO website to download the solicitation documents. NO CD'S OR HARD COPIES WILL BE MADE AVAILABLE. Downloads are available only through the FBO website. Offerors are responsible for checking the FBO website frequently for any update(s) to this Notice. The Government is not responsible for any loss of internet connectivity or for an Offeror's inability to access the document(s) at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to www.fbo.gov and add the solicitation to your "Watchlist." If you would like to list your firm so others can see you are an interested vendor, you must click the "Add Me to Interested Vendors" button in the listing for this solicitation.


To view Solicitation when posted, Vendors must have an active registration in SAM.gov.


For additional Seattle District Contracting opportunities, go to the FBO.gov postings at https://www.fbo.gov/index?s=opportunity&mode=list&tab=list for the latest listings. Type "USACE District Seattle" (including quotes]) in the Keywords/SOL #: box for Seattle District listings only.


POINT-OF-CONTACT:


The point-of-contact for administrative or contractual questions is John Scola at email: John.P.Scola@usace.army.mil. Please no phone calls. All questions must be submitted in writing to the above point-of-contact. Please do not ask any technical questions, as answers to technical questions are only available through an online system during the solicitation process.


 


JOHN SCOLA, Contract Specialist, Email JOHN.P.SCOLA@USACE.ARMY.MIL

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP