Search Contract Opportunities

MATOC/IDIQ for Environmental Services and Sediment Sampling & Analysis   3

ID: W912DW19R0010 • Type: Synopsis Solicitation • Match:  85%
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: March 19, 2019, 4:45 p.m. EDT
The purpose of this amendment (R0003) is to answer the attached questions, delete Footnote 3 from the Sample Project Performance Work Statement (PWS), and to provide the January 2017 hydrosurvey metadata in .xml file format.

No further changes.

Posted: March 14, 2019, 10:25 a.m. EDT
Posted: March 12, 2019, 2:27 p.m. EDT
Posted: March 1, 2019, 11:32 a.m. EST
The Seattle District US Army Corps of Engineers intends to award up to four, firm fixed-price Indefinite Delivery/Indefinite Quantity (IDIQ) multiple award task order (MATOC) contracts with one (1) base year and four (4) option years with a not to exceed total contract capacity of $5,000,000.

Description of Work (physical characteristics): Work performed under this contract is intended to augment District/Division expertise with technical support required for Seattle District, U.S. Army Corps of Engineers (USACE) navigation projects and for other environmental services. The contractor shall provide services that will be detailed on each specific task order. Work will include utilization of established field and laboratory sampling and data collection protocols, conducting field studies, development of relevant documentation required by Federal and state regulations, most notably the National Environmental Policy Act (NEPA), the Clean Water Act, and the Endangered Species Act, literature searches, and coordination with Federal, state and local agencies.

Technical support for USACE navigation projects may include studies involving sediment and biota collection, chemical and biological testing, associated environmental coordination and preparation of required NEPA, Clean Water Act and other compliance documents. Studies may include testing of dredged material, reference areas/sites, and dredged material disposal sites in western Washington, western Oregon and southeastern Alaska. Work will include coordination and consultation with USACE representatives to design sampling and analysis plans, quality assurance plans and other study and/or planning documents.

Studies may include physical, chemical and biological testing and evaluations in the marine, estuarine and freshwater environments. Physical evaluations may include use of sediment profile imaging. Biological testing may include bioassays and bioaccumulation testing. Studies may also involve collecting sediment benthos and performing taxonomic and community structure evaluations, and tissue testing.
Work will require familiarity with all applicable federal and state regulations, including NEPA, CERCLA (Superfund), MTCA (Model Toxics Control Act), DMMP (Dredged Material Management Program), and Washington State Sediment Management Standards (SMS).

The projects performed under this contract will involve resources and issues throughout the Pacific Northwest and Alaska, primarily western Washington, western Oregon, northern Idaho and western Montana. This work includes site-specific resource field examinations, field sampling, monitoring and data analyses and reporting; NEPA environmental planning and impact assessment; and multimedia environmental compliance assessment and follow-up.

The target number of Firm-Fixed Price Indefinite Delivery-Indefinite Quantity contracts resulting from the upcoming solicitation is four. As requirements develop, task orders will be issued on a competitive or sole source basis to the awardees of this solicitation at the Government's option. Task orders will be firm-fixed price. Each contract will include a base year and four option years periods. Maximum value of all work awarded under the MATOCs will be limited to $5 million over the life of the contracts.

The North American Industry Classification System (NAICS) Code is 541620 with a size standard of $15 million. This requirement is 100% set aside for small business. For the purposes of this procurement, a concern is considered a small business if its average annual revenue for the last three (3) years is less than $15 million. For information concerning NAICS and SBA size standards, go to http://www.sba.gov

DISCLAIMER: All contractors proposing on Department of Defense solicitations must be registered in the System of Award Management (SAM) database prior to award of the contract. The purpose of this database is to provide basic business information and capabilities to the Government. The SAM website can be accessed at (www.sam.gov). You are encouraged to register as soon as possible. All new contracts can ONLY be made to contractors who are registered in SAM. This requirement applies to all Department of Defense contract awards, regardless of the media used.

The solicitation documents for this MATOC requirement will be issued in electronic format only and will be made available online via the Federal Business Opportunities (FBO) website under solicitation number W912DW-19-R-0010. Amendments, if/when issued will be posted to FBO for electronic downloading. This will be the only method of distributing amendments prior to the solicitation closing date; therefore, it is the offerors responsibility to include amendments to the solicitation as part of their proposal. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will issue no paper copies.

Overview

Response Deadline
April 2, 2019, 4:00 p.m. EDT Past Due
Posted
March 1, 2019, 11:32 a.m. EST (updated: March 26, 2019, 5:40 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Various Northwestern States USACE- NWS Area of Operating Responsibility (AOR) SEATTLE, WA 98134 USA
Source

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Vehicle Type
Indefinite Delivery Contract
On 3/1/19 USACE Seattle District issued Synopsis Solicitation W912DW19R0010 for MATOC/IDIQ for Environmental Services and Sediment Sampling & Analysis due 4/2/19. The opportunity was issued with a Small Business (SBA) set aside with NAICS 541620 (SBA Size Standard $19 Million) and PSC B.
Primary Contact
Title
Contract Specialist
Name
Gregory Cook   Profile
Phone
(206) 764-6692

Documents

Posted documents for Synopsis Solicitation W912DW19R0010

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation W912DW19R0010

Award Notifications

Agency published notification of awards for Synopsis Solicitation W912DW19R0010

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation W912DW19R0010

Contract Awards

Prime contracts awarded through Synopsis Solicitation W912DW19R0010

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W912DW19R0010

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W912DW19R0010

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NWD > US ARMY ENGINEER DISTRICT SEATTLE
FPDS Organization Code
2100-W912DW
Source Organization Code
100221304
Last Updated
April 17, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
April 17, 2019