Search Contract Opportunities

Environmental and Munitions Response-Restricted Services Support - EMR2   15

ID: W912DY23R0003 • Type: Solicitation • Match:  95%
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

The U.S. Army Corps of Engineers, Huntsville Center (CEHNC) intends to solicit proposals in support of the Ordinance and Explosives Directorate (OED). The Government?s intent to issue an 100% small business set- aside, Multiple Award Task Order Contract (MATOC), Indefinite Delivery Indefinite Quantity (IDIQ) contracts to small businesses who exhibit the required capabilities. This contract is intended to support sites located throughout the United States, including Alaska and Hawaii, the U.S. territories, outlying areas as defined by FAR 2.101, and territorial waters. The MATOC will consist of both Firm Fixed Price (FFP) and Cost-Plus Fixed Fee (CPFF) Contract Line-Item Numbers (CLINS), the CPFF CLIN (not-to-exceed 10% of the total contract value) will be used when there are unknown conditions at the site (i.e., fieldwork) that cannot be accounted for on the FFP CLIN. The individual task orders (TO)s may contain a combination of FFP efforts such as planning and characterization whereas, the CPFF efforts consist of the fieldwork variables of working with munitions or environmental contaminants. The Government anticipates a predominance of FFP efforts. The MATOC will have a total shared capacity of $960 Million (M) with a period of performance (POP) of 10 years (2-year base period with four 2-year option periods). The MATOC will include options in accordance with (IAW) FAR 52.217-8 and FAR 52.217-9 to be used at the TO level. CEHNC intends to award an option contract, which cost, or price will not be evaluated at the time of award IAW FAR 15.304(c)(1)(ii). Price will be considered at the TO level. Pursuant to FAR 15.304(c)(1)(ii), the Government intends to award to each and all qualifying offerors, as defined at FAR 2.101. The services for this requirement are classified under North American Industry Classification System (NAICS) 562910 (Exception) - Environmental Remediation Services with a Small Business Size Standard of 1,000 employees. The applicable Product Service Code (PSC) is F108 ? Hazardous Substance Removal, Cleanup and Disposal Services and Operational Support .Description of work: This requirement will provide services to safely locate, identify, recover, evaluate, assess, package, transport, manage, and make final disposition, as required, of Munitions and Explosives of Concern (MEC) and Hazardous, Toxic and Radioactive Waste (HTRW) at various currently and formerly used defense sites, property adjoining currently and formerly used defense sites, and other federally controlled/owned sites. This will permit lands and waters to be safely and efficiently used for their intended purpose.

Overview

Response Deadline
Oct. 25, 2023, 5:00 a.m. EDT (original: Sept. 22, 2023, 11:00 a.m. EDT) Past Due
Posted
Aug. 21, 2023, 2:44 p.m. EDT (updated: Oct. 19, 2023, 12:00 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source

Current SBA Size Standard
$25 Million
Pricing
Cost Plus Fixed Fee; Fixed Price;
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
On 8/21/23 Engineering Support Center Huntsville issued Solicitation W912DY23R0003 for Environmental and Munitions Response-Restricted Services Support - EMR2 due 10/25/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 562910 (SBA Size Standard $25 Million) and PSC F108.
Primary Contact
Name
Kijafa JOHNSON-COOPER   Profile
Phone
(256) 895-1614

Secondary Contact

Name
Johnny Knight   Profile
Phone
(256) 895-7705

Documents

Posted documents for Solicitation W912DY23R0003

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Solicitation W912DY23R0003

Award Notifications

Agency published notification of awards for Solicitation W912DY23R0003

IDV Awards

Indefinite delivery vehicles awarded through Solicitation W912DY23R0003

Incumbent or Similar Awards

Contracts Similar to Solicitation W912DY23R0003

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W912DY23R0003

Similar Active Opportunities

Open contract opportunities similar to Solicitation W912DY23R0003

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > OTHER DIVISION > W2V6 USA ENG SPT CTR HUNTSVIL
FPDS Organization Code
2100-W912DY
Source Organization Code
100221637
Last Updated
Oct. 25, 2023
Last Updated By
kijafa.t.johnson-cooper@usace.army.mil
Archive Date
Oct. 25, 2023