Search Contract Opportunities

Environmental Consulting Services (ECS) Single Award Task Order Contract (SATOC)   3

ID: W912HN24R1003 • 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?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: July 10, 2024, 6:20 p.m. EDT
Amendment 0002. The purpose of this amendment is to update scenarios 1 and 3 in sections L and M. ************************************************************** Amendment 0001. The purpose of this amendment is to clarify section L requirements and to extend the proposal due date to 23 July 2024. ****************************************************************** This is a Request for Proposal (RFP) for the Environmental Consulting Services (ECS), Single Award Task Order contract (SATOC) for the United States Army Corps of Engineers (USACE) Savannah District (SAS). This acquisition is being offered as a 100% set-aside for small business competition and will result in a Firm Fixed Price Contract Award. DESCRIPTION OF WORK: The purpose of this contract is to provide a full range of environmental consulting services (ECS). The environmental and base support services consist of environmental compliance, environmental restoration, environmental conservation, UXO anomaly avoidance, pollution prevention, real estate, SRM, energy management / sustainability services, and base support under NAICS Code 541620, Environmental Consulting Services. The services required by this contract will be provided for the customers of the U.S. Army Corps of Engineers, South Atlantic Division, and the Southeastern Regional Environmental Office on the Installation Management Command, Atlantic Region (IMCOM) and existing customers. However, work can be awarded for projects located outside of the geographical boundary in order to align with the geographical area of responsibility of a customer. While this establishes the primary geographical area of responsibility for this contract, it is not limited to only Army customers. The contractor may be required to perform tasks on-site or at their own facilities. The contractor shall provide support related to requirements of the Resource Conservation and Recovery Act (RCRA), the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA), the Clean Air Act, National Environmental Policy Agency (NEPA) and other related Federal Programs in addition to State/Local specific regulations/requirements. The USACE Contracting Officer (KO) or Contracting Officer?s Representative (COR) will provide the contractor with any site-specific information upon issuance of each task order. Information provided by the USACE on any site will be dependent on the current status of the site. Each task order will define the performance requirements of the contractor. Task orders may require but will not be limited to any combination of the requirements stated in Section 3 below. It is expected that this contract will require the performance of multiple projects (task orders) simultaneously with overlapping periods of performance. All task orders issued under this SATOC shall be performance-based task orders as in Federal Acquisition Regulations (FAR) 37.6. Performance-based task orders, with a tailored task order specific Quality Assurance Surveillance Plan (QASP), will be issued IAW FAR 37.102 against the awarded contract unless the required approval is received in accordance with AFARS 5137.170-2. Task orders may use performance-based work statements (PWSs). A PWS structures all aspects of an acquisition around the purpose of the work to be performed and does not dictate how the work is to be accomplished. It is written to ensure that contractors are given the freedom to determine how to meet the Government?s performance objectives and provides for payment only when the results meet or exceed these objectives. It maximizes contractor control of work processes and allows for innovation in approaching various work requirements. A PWS emphasizes performance that can be contractually defined so that the results of the contractor?s effort can be measured in terms of technical and quality achievement, schedule progress, or cost performance. PERIOD OF PERFORMANCE: Three (3) year base period and an additional six (6) months may be added to the contract following the base (IAW FAR 52.247-8). NOTE: This solicitation is being issued in electronic format only. The proposal due date is 09 July 2023 at 2:00 PM Eastern Time. No additional media (CD-ROM, floppy disk, faxes, etc..) will be provided. Any prospective offeror must register in the System for Award Management (SAM) at https://sam.gov. After completing SAM registration, interested Contractors and their subcontractors must then register at https://sam.gov in order to obtain solicitation documents, plans and specifications and other solicitation documents for this requirement. Contractors that have an existing account should be able to use their existing login to search for the solicitation number once it is released https://sam.gov. ELECTRONIC SUBMISSION: Proposals shall be submitted electronically via Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by the due date and time for submission of proposals. NOTE: The only authorized transmission method for proposals in response to this solicitation is PIEE solicitation module. NO OTHER TRANSMISSION METHODS (EMAIL, FACSIMILE, REGULAR MAIL, HAND CARRIED, ETC. To submit an electronic proposal through the PIEE Solicitation Module website, Offerors shall follow the following steps: a. Step 1: Complete vendor registration on https://piee.eb.mil/. Instructions for registration can be found through: https://www.acq.osd.mil/asda/dpc/ce/cap/docs/piee/PIEE_Solicitation_Module_Vendor_Access_Instructions.pdfb. Step 2: Upload offer in the Solicitation Module through https://piee.eb.mil/. Instructions for uploading an offer can be found through:https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtmlNote: Only those with a PIEE vendor registration as Proposal Manager may upload an offer. c. FILE DESCRIPTION: Include a File Description for each file(s) you upload. The File Description will be included in the email notice to each of the recipients you choose to access your file(s). Do not enter Privacy Act Data (Personal Identification Information (PII) in the File Description). File description should be provided in the following format:Solicitation Number_Offerors Company_Volume (e.g., W912HN24R1003_CompanyXYZ_Volume_I.pdf; W912HN24R1003_CompanyXYZ_Volume_II.pdf; etc..) d. Offerors are cautioned to log into PIEE Solicitation Module with sufficient time to ensure the electronic proposal package is completely uploaded and time-stamped in the system prior to the date and time specified for receipt of proposals. It is the responsibility of the Offeror to ensure their proposal is received by the date and time for submission of proposals. e. It is the responsibility of the Prospective Offeror to promptly notify the Contract Specialist, David A. Jimenez at david.a.jimenez@usace.army.mil and the Contracting Officer, Gerard F. Leo at gerard.f.leo@usace.army.mil if there are any issues with submitting proposals through PIEE Solicitation Module. f. The Government will not be responsible for proposals delivered to any location or to anyone other than those designated to receive proposals on its behalf. Offerors are responsible for ensuring that proposals are submitted so as to reach the designated recipient of proposals. Offerors are responsible for allowing sufficient time for the proposal to be received in accordance with the instructions provided. It is the Offeror?s responsibility to check the internet address provided as necessary for any amendments that may be posted to this solicitation. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. See Section L, Instructions, for information on how to submit RFIs to this RFP. See the links to PIEE for the solicitation and attachments.
Posted: July 3, 2024, 9:54 a.m. EDT
Posted: June 4, 2024, 12:38 p.m. EDT
Background
This is a Request for Proposal (RFP) for the Environmental Consulting Services (ECS), Single Award Task Order contract (SATOC) for the United States Army Corps of Engineers (USACE) Savannah District (SAS). This acquisition is being offered as a 100% set-aside for small business competition and will result in a Firm Fixed Price Contract Award. The purpose of this contract is to provide a full range of environmental consulting services (ECS). The environmental and base support services consist of environmental compliance, environmental restoration, environmental conservation, UXO anomaly avoidance, pollution prevention, real estate, SRM, energy management / sustainability services, and base support under NAICS Code 541620, Environmental Consulting Services. The services required by this contract will be provided for the customers of the U.S. Army Corps of Engineers, South Atlantic Division, and the Southeastern Regional Environmental Office on the Installation Management Command, Atlantic Region (IMCOM) and existing customers. However, work can be awarded for projects located outside of the geographical boundary in order to align with the geographical area of responsibility of a customer. While this establishes the primary geographical area of responsibility for this contract, it is not limited to only Army customers.

Work Details
The contractor shall be capable of performing a wide range of environmental compliance work including engineering analysis, design concepts and cost estimates associated with new/future projects along with environmental assessments. The contractor shall also provide support related to requirements of the Resource Conservation and Recovery Act (RCRA), the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA), the Clean Air Act, National Environmental Policy Agency (NEPA) and other related Federal Programs in addition to State/Local specific regulations/requirements. The contractor shall ensure that all work activities performed by their personnel, subcontractors and suppliers are executed as required by these laws and regulations.

Place of Performance
The geographic location(s) where the contract will be performed are not explicitly mentioned in the provided information.

Overview

Response Deadline
July 23, 2024, 2:00 p.m. EDT (original: July 9, 2024, 2:00 p.m. EDT) Past Due
Posted
June 4, 2024, 12:38 p.m. EDT (updated: July 10, 2024, 6:20 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Est. Value Range
Experimental
$5,000,000 - $20,000,000 (AI estimate)
On 6/4/24 USACE Savannah District issued Solicitation W912HN24R1003 for Environmental Consulting Services (ECS) Single Award Task Order Contract (SATOC) due 7/23/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 541620 (SBA Size Standard $19 Million) and PSC F999.
Primary Contact
Name
David Jimenez   Profile
Phone
(912) 652-5072

Secondary Contact

Name
Gerard Leo   Profile
Phone
(912) 652-5770

Documents

Posted documents for Solicitation W912HN24R1003

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Solicitation W912HN24R1003

Award Notifications

Agency published notification of awards for Solicitation W912HN24R1003

IDV Awards

Indefinite delivery vehicles awarded through Solicitation W912HN24R1003

Contract Awards

Prime contracts awarded through Solicitation W912HN24R1003

Incumbent or Similar Awards

Contracts Similar to Solicitation W912HN24R1003

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W912HN24R1003

Similar Active Opportunities

Open contract opportunities similar to Solicitation W912HN24R1003

Experts for Environmental Consulting Services (ECS) Single Award Task Order Contract (SATOC)

Recommended experts avaliable for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SAD > US ARMY ENGINEER DISTRICT SAVANNAH
FPDS Organization Code
2100-W912HN
Source Organization Code
100074192
Last Updated
July 10, 2025
Last Updated By
david.a.jimenez@usace.army.mil
Archive Date
July 10, 2025