Search Contract Opportunities

$176.25M Small Business Preplaced Remedial Action Contract (PRAC) Multiple Award Task Order Contract (MATOC) under the Multiple Environmental Government Acquisition (MEGA) for Omaha District, Northwestern Division (NWD) and Existing Customers   3

ID: W9128F20R0038 • Type: Presolicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

W9128F20R0038 Small Business (SB) set-aside - On or about 14 February 2020, this office will issue a solicitation as a part of the U.S. Army Corps of Engineers (USACE) Multiple Environmental Government Acquisition (MEGA) strategy. The Omaha District intends to issue the solicitation for a Pre-placed Remedial Action Contract (PRAC) for Environmental Remediation Services (ERS) with Military Munitions Response Program (MMRP), Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Omaha District, Northwestern Division (NWD) and existing customers throughout the contiguous United States, including Alaska, Hawaii and the U.S. Territories.

Proposals will be due on or about 20 March 2020, depending upon the actual issue date of the solicitation. This solicitation will have a target of ten (10) contract awards, however, the Source Selection Authority (SSA) may determine during the source selection process that fewer or more than that number should be aawarded. And the SSA has the discretion of adjusting that number, or awarding none at all. The estimated shared capacity of the MATOC is $176.25 million. Task orders awarded under this MATOC may be firm fixed price or cost-reimbursement. The North American Industry Classification System (NAICS) Code for this acquisition is 562910 Environmental Remediation Services; the small business size standard is 750 employees. Evaluation of proposals will be performed on a "best value, trade-off" basis.

The DERP projects will include Installation Restoration Program (IRP) activities on active Army, Navy and Air Force installations and on Formerly Used Defense Sites (FUDS). Other services will be related to requirements of the Resource Conservation Act (RCRA), Comprehensive Environmental Response, Compensation and Liability Act (CERCLA), the Environmental Protection Agency (EPA) Emerging Contaminate Program; the National Oil and Hazardous Substances Pollution Contingency Plan (NCP), and Military Munitions Response Program (MMRP).

The Contractor 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 (pump and treat); perfluorinated alkyl substances (PFAS) treatment systems, military munitions response actions, and demonstration projects (pilot studies); dredging of contaminated sediments; installation and operation of in-situ treatment technologies including but not limited to air sparging, petroleum, oil, and lubricants (POLs), chemical oxidation, bioremediation, ground-water circulating wells, permeable reactive barriers, soil vapor extraction, and thermal treatment; water line installations/service connections hookups in response to groundwater contamination; and 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 maintenance/repair of remedial systems; monitoring reports, and other documents as needed; demolition; and public relations activities. Actions may address both regulated and non-regulated toxic substances and emerging contaminants.

Offerors:

Please be advised that an on-line registration requirement in System for Award Management (SAM) database https://beta.sam.gov/ exists and solicitation provisions concerning electronic annual Representations and Certifications on SAM are required. Representations and certifications are required to be up-dated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective for one year from date of submission or update to SAM.

Obtaining Solicitation Documents:

Solicitation documents will be posted to the web via beta.SAM.gov. There are no drawings associated with this solicitation. Copies of this solicitation are available by INTERNET ACCESS ONLY. All solicitation documents will be posted to bet.SAM.gov. It shall be the contractor's responsibility to check the website for any amendments or new information regarding this solicitation.

Overview

Response Deadline
None
Posted
Jan. 24, 2020, 4:20 p.m. EST
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$25 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
90%
Vehicle Type
Indefinite Delivery Contract
On 1/24/20 USACE Omaha District issued Presolicitation W9128F20R0038 for $176.25M Small Business Preplaced Remedial Action Contract (PRAC) Multiple Award Task Order Contract (MATOC) under the Multiple Environmental Government Acquisition (MEGA) for Omaha District, Northwestern Division (NWD) and Existing Customers. The opportunity was issued with a Small Business (SBA) set aside with NAICS 562910 (SBA Size Standard $25 Million) and PSC F999.
Primary Contact
Name
Douglas E. Hadley   Profile
Phone
(402) 995-2068

Secondary Contact

Name
Ericka Collins   Profile
Phone
(402) 995-2116

Documents

Posted documents for Presolicitation W9128F20R0038

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation W9128F20R0038

Award Notifications

Agency published notification of awards for Presolicitation W9128F20R0038

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation W9128F20R0038

Contract Awards

Prime contracts awarded through Presolicitation W9128F20R0038

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W9128F20R0038

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W9128F20R0038

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NWD > W071 ENDIST OMAHA
FPDS Organization Code
2100-W9128F
Source Organization Code
100255233
Last Updated
March 20, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
March 20, 2020