Search Contract Opportunities

FY23 Carolina Group OPTIMIZED REMEDIATION CONTRACT   4

ID: W912HN23R1000 • 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

Posted: Feb. 9, 2023, 8:56 a.m. EST

This is a DRAFT Request for Proposal (RFP) for the Carolina Group Optimized Remediation Contract (ORC). Please note that this is only a draft (RFP) and proposals are not being asked for at this time. This acquisition is being offered as a 100% Small Business set-aside and will result in a Firm Fixed Price Contract Award.

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.

Evaluation Criteria: This requirement will be solicited and procured using FAR Part 15, best value trade-off with the following evaluation criteria:

Factor 1: Technical Approach. This is the most important factor.

Factor 2: Past Performance. This factor is less important than factor 1 but more important than factor 3.

Factor 3: Price. All nonprice factors (factors 1 and 2), when combined, are significantly more important than factor 3.

Note: The final approved solicitation will be issued in electronic format only and is anticipated to be posted on or about 15 February 2023. Please note that the proposal due date will be specified in the solicitation when issued. 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.

Please note that this is only a draft RFP and ProjNET will not be open for questions until the final approved RFP is issued.

Once the final approved RFP is issued, 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.pdf

b. 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.xhtml

Note: 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 2020

RFP Enclosure 2 - AFCECCZTE Chemistry UFP-QAPP

RFP Enclosure 3 - AFGM2019-32-01, AFFF Related Waste Mgmt Implementation Guidance 5 September 2019_508

RFP Enclosure 4 - Interim Guidance on 1-4 Dioxane, Environmental Restoration Program

RFP Enclosure 5 - JBCA_Bldg 532 JG10E-2423 SVE Manual

RFP Enclosure 6 - JBCA_Bldg 543 SVE Manual_Optimized

Attachments to the Request for Proposal Section L, Instructions to Offerors

Attachment 1 Proposal Data Sheet

Attachment 2 Past Performance Questionnaire Summary Sheet

Attachment 3 Past Performance Questionnaire

Attachment 4 Proposal Schedule

Enclosures to the Performance Work Statement

PWS Enclosure 1 - ACRONYMS AND DEFINITIONS

PWS Enclosure 2A - Admin Record_Charleston AFB-Air SC_Aug 01 2022

PWS Enclosure 2A - Admin Record_Charleston-Weapons Station SC_Aug 01 2022

PWS Enclosure 2A - Admin Record_Seymour Johnson AFB NC_Aug 01 2022

PWS Enclosure 2B - GFI Spreadsheets 2.0

PWS Enclosure 2C - SITE ADDED CONSIDERATIONS SUMMARIES

PWS Enclosure 3 - CIP Update PWS and Outline v2

PWS Enclosure 4 - FY23 Carolina Group ORC_Final Sub-CLINs

PWS Enclosure 5 - CPSMR template- 25Aug2019

PWS Enclosure 6 - ORC PMP Guidance v3.1_20221201

Enclosures 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 Request

Site Visit Enclosure 3 - SJAFB Special Events Pass Request - Guest Info Sheet

Posted: Jan. 25, 2023, 2:07 p.m. EST
Posted: Dec. 14, 2022, 7:12 a.m. EST
Background
This is a draft 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).

Work Details
The 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. The contract will be solicited and procured using best value trade-off with evaluation criteria including Technical Approach, Past Performance, and Price.

Period of Performance
The Period of Performance 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
March 27, 2023, 1:00 p.m. EDT (original: Jan. 31, 2023, 1:00 p.m. EST) Past Due
Posted
Dec. 14, 2022, 7:12 a.m. EST (updated: Feb. 9, 2023, 8:56 a.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
United States
Source
SAM

Current SBA Size Standard
$25 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
52%
On 12/14/22 USACE Savannah District issued Presolicitation W912HN23R1000 for FY23 Carolina Group OPTIMIZED REMEDIATION CONTRACT due 3/27/23. 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 A. Jimenez   Profile
Phone
(912) 652-5072
Fax
(912) 652-5828

Secondary Contact

Name
Chad A. Arnett   Profile
Phone
(912) 652-5088
Fax
9126525828

Documents

Posted documents for Presolicitation W912HN23R1000

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W912HN23R1000

Award Notifications

Agency published notification of awards for Presolicitation W912HN23R1000

Contract Awards

Prime contracts awarded through Presolicitation W912HN23R1000

Incumbent or Similar Awards

Contracts Similar to Presolicitation W912HN23R1000

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912HN23R1000

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 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 11, 2023
Last Updated By
david.a.jimenez@usace.army.mil
Archive Date
April 12, 2023