Search Contract Opportunities

FY23 Carolina Group OPTIMIZED REMEDIATION CONTRACT   4

ID: W912HN23R1000 • Type: Solicitation
HigherGov Subscribers Knew about This Opportunity Months Early

Find opportunities months or years earlier with HigherGov Forecasts

Free Trial Schedule Demo

Description

Posted: April 10, 2023, 8:32 a.m. EDT
AMD 0004 posted below. AMD 0003 posted below. AMDs 0001 and 0002 documents posted below. This is a Request for Proposal (RFP) for the Carolina Group Optimized Remediation Contract (ORC). This acquisition is being offered as a 100% Small Business set-aside and will result in a Firm Fixed Price Contract Award. Please note that the only change between the draft RFP and this final RFP is the CLIN Description. Base year and Option Year and been changed to Base Task Year x, and Option Task Year x. Description of Work. This requirement is for environmental remediation activities at Joint Base Charleston-Air (JBCA), Joint Base Charleston-Weapons (JBCW), and North Auxiliary Airfield (NAAF), in South Carolina (SC); and Seymour Johnson Air Force Base (SJAFB), in North Carolina (NC). This Performance Work Statement (PWS) defines the scope of environmental services necessary to conduct site restoration under the Optimized Remediation Contract (ORC). The range of activities includes maintenance of established remedies, optimization at applicable sites, and achievement of site-specific objectives. The Contractor shall undertake Environmental Remediation activities to achieve Performance Objectives (POs) at fifty-four (54) Installation Restoration Program (IRP) sites and eleven (11) Military Munitions Response Program (MMRP) sites.Period of Performance: Ten (10) years. Note: This solicitation is being issued in electronic format only. The proposal due date is 27 March 2023 at 1:00pm Eastern. 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. 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. W912HN23R1000_CompanyXYZ_Volume_I.pdf; W912HN23R1000_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, Chad A. Arnett at chad.a.arnett@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. Contractual questions should be forwarded to the contract specialist, Mr. David A. Jimenez at david.a.jimenez@usace.army.mil or to the attention of the Contracting Officer, Mr. Chad A. Arnett at chad.a..arnett@usace.army.mil. Attachments and Enclosures:Enclosures to the Request for Proposal RFP Enclosure 1 - AFCEC Chemistry Data Quality Fact Sheet April 2020RFP Enclosure 2 - AFCECCZTE Chemistry UFP-QAPPRFP Enclosure 3 - AFGM2019-32-01, AFFF Related Waste Mgmt Implementation Guidance 5 September 2019_508RFP Enclosure 4 - Interim Guidance on 1-4 Dioxane, Environmental Restoration ProgramRFP Enclosure 5 - JBCA_Bldg 532 JG10E-2423 SVE ManualRFP Enclosure 6 - JBCA_Bldg 543 SVE Manual_OptimizedAttachments to the Request for Proposal Section L, Instructions to OfferorsAttachment 1 ? Proposal Data SheetAttachment 2 ? Past Performance Questionnaire Summary SheetAttachment 3 ? Past Performance Questionnaire Attachment 4 ? Proposal ScheduleEnclosures to the Performance Work StatementPWS Enclosure 1 - ACRONYMS AND DEFINITIONSPWS Enclosure 2A - Admin Record_Charleston AFB-Air SC_Aug 01 2022PWS Enclosure 2A - Admin Record_Charleston-Weapons Station SC_Aug 01 2022PWS Enclosure 2A - Admin Record_Seymour Johnson AFB NC_Aug 01 2022PWS Enclosure 2B - GFI Spreadsheets 2.0PWS Enclosure 2C - SITE ADDED CONSIDERATIONS SUMMARIESPWS Enclosure 3 - CIP Update PWS and Outline v2PWS Enclosure 4 - FY23 Carolina Group ORC_Final Sub-CLINsPWS Enclosure 5 - CPSMR template- 25Aug2019PWS Enclosure 6 - ORC PMP Guidance v3.1_20221201Enclosures to the Site Visit Site Visit Enclosure 1 - Joint Base Charleston Base Access Worksheet - Form 111 (Aug 22)Site Visit Enclosure 2 - SJAFB Special Events Pass RequestSite Visit Enclosure 3 - SJAFB Special Events Pass Request - Guest Info Sheet
Posted: April 3, 2023, 12:00 p.m. EDT
Posted: April 3, 2023, 11:54 a.m. EDT
Posted: April 3, 2023, 9:52 a.m. EDT
Posted: March 31, 2023, 1:47 p.m. EDT
Posted: March 30, 2023, 2:13 p.m. EDT
Posted: March 27, 2023, 11:59 a.m. EDT
Posted: March 17, 2023, 11:06 a.m. EDT
Posted: March 7, 2023, 8:21 a.m. EST
Posted: Feb. 23, 2023, 10:46 a.m. EST
Posted: Feb. 14, 2023, 3:38 p.m. EST
Posted: Feb. 14, 2023, 9:19 a.m. EST
Posted: Feb. 14, 2023, 8:59 a.m. EST
Background
This is a Request for Proposal (RFP) for the Carolina Group Optimized Remediation Contract (ORC). The acquisition is being offered as a 100% Small Business set-aside and will result in a Firm Fixed Price Contract Award. The requirement is for environmental remediation activities at Joint Base Charleston-Air (JBCA), Joint Base Charleston-Weapons (JBCW), and North Auxiliary Airfield (NAAF), in South Carolina (SC); and Seymour Johnson Air Force Base (SJAFB), in North Carolina (NC). The Performance Work Statement (PWS) defines the scope of environmental services necessary to conduct site restoration under the ORC. The range of activities includes maintenance of established remedies, optimization at applicable sites, and achievement of site-specific objectives.
The Contractor shall undertake Environmental Remediation activities to achieve Performance Objectives (POs) at fifty-four (54) Installation Restoration Program (IRP) sites and eleven (11) Military Munitions Response Program (MMRP) sites.

Work Details
The work includes environmental remediation activities at specific military bases in South Carolina and North Carolina. It involves conducting site restoration, maintenance of established remedies, optimization at applicable sites, and achievement of site-specific objectives. The Contractor will undertake Environmental Remediation activities to achieve Performance Objectives at fifty-four Installation Restoration Program sites and eleven Military Munitions Response Program sites.

Period of Performance
The Period of Performance for this contract is ten (10) years.

Place of Performance
The contract will be performed at Joint Base Charleston-Air, Joint Base Charleston-Weapons, North Auxiliary Airfield in South Carolina, and Seymour Johnson Air Force Base in North Carolina.

Overview

Response Deadline
April 10, 2023, 1:00 p.m. EDT (original: March 22, 2023, 1:00 p.m. EDT) Past Due
Posted
Feb. 14, 2023, 8:59 a.m. EST (updated: April 10, 2023, 8:32 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$25 Million
Pricing
Fixed Price
Est. Level of Competition
Average
On 2/14/23 USACE Savannah District issued Solicitation W912HN23R1000 for FY23 Carolina Group OPTIMIZED REMEDIATION CONTRACT due 4/10/23. 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
David Jimenez   Profile
Phone
(912) 652-5072

Secondary Contact

Name
CHAD ARNETT   Profile
Phone
(912) 652-5088

Documents

Posted documents for Solicitation W912HN23R1000

Opportunity Lifecycle

Procurement notices related to Solicitation W912HN23R1000

Award Notifications

Agency published notification of awards for Solicitation W912HN23R1000

Contract Awards

Prime contracts awarded through Solicitation W912HN23R1000

Incumbent or Similar Awards

Contracts Similar to Solicitation W912HN23R1000

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W912HN23R1000

Similar Active Opportunities

Open contract opportunities similar to Solicitation W912HN23R1000

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
April 9, 2024
Last Updated By
david.a.jimenez@usace.army.mil
Archive Date
April 9, 2024