Search Contract Opportunities

Pre-Solicitation Notice_ W9128F24R0012 - $249M IDIQ MATOC for Environmental Remediation Services (ERS) - Small Business Set-Aside   3

ID: W9218F24R0012 • Type: Presolicitation • 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

W9128F24R0012 Small Business (SB) set-aside - On or about 21 August 2024, this office will issue a solicitation as a part of the U.S. Army Corps of Engineers Northwestern Division (NWD) Area of Responsibility (AOR) and its approved customers. However, contract capacity may be transferred with other USACE Districts where the principles of the ER-1-10 and Project Management Business Process have been met. Task orders will be issued as the need arises during the ordering period. The contract will include both cost reimbursement and Firm-Fixed Price (FFP) task orders for Environmental Remediation Services as identified within the Statement of Work to be issued in the RFP. The contract is required to be registered under NAICS code 562910 in the System for Award Management (SAM) located at https://www.sam.gov.

Proposals will be due on or about 15 October 2024, depending upon the actual issue date of the solicitation. This solicitation will have a target of eight (8) contract awards, however, the Source Selection Authority (SSA) may determine during the source selection process that fewer or more than that number should be awarded. And the SSA has the discretion of adjusting that number, or awarding none at all. The estimated shared capacity of the MATOC is $249 million. Task orders awarded under this MATOC may be firm fixed price or cost-reimbursement. The North American Industry Classification System (NAICS) Code for this acquisition is 562910 Environmental Remediation Services; the small business size standard is 1,000 employees. Evaluation of proposals will be performed on a "Best-Value Tradeoff" basis.

The contractor shall have the capability and exeperience to provide services related to all requirements of the Resource Conservation and Recovery Act (RCRA), the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA), the Clean Air Act, and other related Federal Programs in addition to State/Local specific regulations/ requirements. Remedial
activities may address both regulated and non-regulated toxic substances. In addition, construction activities are
included for some ERS task orders, where these requirements are in direct support of specific activities. The contract
awarded will include cost reimbursement and FFP for a wide range of environmental remediation services at various
known or suspected Hazardous, Toxic, and Radioactive Waste (HTRW) or MMRP sites or Natural Resources area.
Project specific task orders will be issued under the basic contract and any exercised option period thereto. 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 known status of the site. Each task order will define the performance requirements of the
contractor.

Offerors:
Please be advised that an on-line registration requirement in System for Award Management (SAM) database https://beta.sam.gov/ exists and solicitation provisions concerning electronic annual Representations and Certifications on SAM are required. Representations and certifications are required to be up-dated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective for one year from date of submission.

Obtaining Solicitation Documents:
Solicitation documents will be posted to the web via beta.SAM.gov. There are no drawings associated with this solicitation. Copies of this solicitation are available by INTERNET ACCESS ONLY. All solicitation documents will be posted to https://beta.SAM.gov/. It shall be the contractor's responsibility to check the website for any amendments or new information regarding this solicitation.

Overview

Response Deadline
Aug. 21, 2024, 3:00 p.m. EDT Past Due
Posted
Aug. 6, 2024, 12:07 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Omaha, NE 68154 United States
Source

Current SBA Size Standard
$25 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
90%
Vehicle Type
Indefinite Delivery Contract
On 8/6/24 USACE Omaha District issued Presolicitation W9218F24R0012 for Pre-Solicitation Notice_ W9128F24R0012 - $249M IDIQ MATOC for Environmental Remediation Services (ERS) - Small Business Set-Aside due 8/21/24. 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
Jennifer Gilbreath   Profile
Phone
None

Secondary Contact

Name
Tyler P. Hegge   Profile
Phone
None

Documents

Posted documents for Presolicitation W9218F24R0012

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W9218F24R0012

Incumbent or Similar Awards

Contracts Similar to Presolicitation W9218F24R0012

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W9218F24R0012

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W9218F24R0012

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NWD > W071 ENDIST OMAHA
FPDS Organization Code
2100-W9128F
Source Organization Code
100255233
Last Updated
Sept. 5, 2024
Last Updated By
jennifer.c.gilbreath@usace.army.mil
Archive Date
Sept. 5, 2024