Search Contract Opportunities

Reference USACE MEGA. Tulsa District will issue an RFP for $120M Unrestricted MEGA IDC MATOC for Environmental Remediation Services Projects assigned to the RPEC and as assigned to SWD and SPD in accordance with UAI Subpart 5107.102-100 and ER 5-1-10   2

ID: W912BV21R0018 • Type: Presolicitation
Question & Answer 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 2, 2021, 1:49 p.m. EST

All questions regarding this SYNOPSIS must be submitted in writing to the following E-Mail address: Joshua.D.Hope@usace.army.mil. This acquisition is to be competed as an Unrestricted Solicitation as part of the U.S. Army Corps of Engineers, Northwestern, Southwestern, and South Pacific Divisions' Multiple Environmental Government Acquisition (MEGA) Plan. This synopsis is for the purpose of a pre-solicitation notification only.

The Tulsa District, U.S. Army Corps of Engineers intends to issue Solicitation No. W912BV-21-R-0018 for a Firm-Fixed Price Indefinite Delivery Contract (IDC) Multiple Award Task Order Contract (MATOC) for Environmental Remediation Services (ERS) Projects Assigned to the Regional Planning and Environmental Center (RPEC) and as assigned to the Southwestern Division (SWD) and South Pacific Division (SPD) in accordance with UAI Subpart 5107.102-100 and ER 5-1-10. The IDCs awarded will be firm-fixed-price for the control and remediation of environmental contamination from pollutants, toxic substances, radioactive materials, and hazardous materials, Munitions and Explosives of Concern (MEC), and Munitions Constituents (MC). Work to be performed under this contract may include, but not necessarily be limited to, preparation of work plans; studies with associated reports; multiple phases of field investigations; preliminary assessments (PA); site inspections (SI) and remedial site inspections; remedial investigations (RI); feasibility studies (FS); Engineering Evaluation Cost Analysis (EECA); and other planning documents, monitoring well installation and sampling; short and long term monitoring/long term operations (LTM/LTO) or Long Term Response Action (LTRA); data management; data interpretation; engineering evaluation and corrective actions; optimization studies; ground-water modeling; geophysical surveys; remediation cost estimates; management of non-hazardous and hazardous investigative derived waste (IDW); environmental and human health risk assessments; risk based remediation; air emission issues including vapor intrusion; surface water discharge, applying for environmental permits, remedial design; well abandonment; meetings; public meeting participation; preparation of presentation material both written and visual; hydrological, sediment and soil studies; project reports; engineering support and/or design; value engineering studies; system operations and maintenance (O&M) for HTRW and MMRP sites; energy evaluations for remediation systems; remedial action plans; remedial actions; removal action plans; removal actions; construction support; range clearance activities; site closeout/decision documents; abandoned mines program support; and future project programming and scheduling support. Wage Determinations will be incorporated with each task order, if required. This will be a performance-based procurement. Scope specifics will be defined/detailed and monitored under each task order.

This solicitation will facilitate award of up to ten (10) IDCs with a maximum shared capacity of $120 million. However, if the Source Selection Authority (SSA) determines during the source selection process that fewer or more than that number of contracts shall be awarded, the SSA has the discretion of adjusting that number (higher or lower), or awarding none at all. Evaluation of proposals will be performed on a "Trade-Off Best Value" basis. Contracts will have a base period of three years and one two-year option period.

The applicable North American Industrial Classification System (NAICS) Code is 562910 with an associated Small Business Size Standard, as established by the U.S. Small Business Administration, of 750 Employees.

The solicitation will be issued via Internet only on the beta.SAM Website at https://beta.SAM.gov. Notification of amendments shall be made via beta.SAM only. It is the contractors' responsibility to check the above listed internet address daily for any posted changes to the solicitation. Any amendments issued to the solicitation must be acknowledged by potential offerors. No corrections and/or changes to proposals will be allowed after the proposal submittal due date and time.

Solicitation issue date is on or about 8 March 2021. Proposals are anticipated to be due on or about 13 Oct 2021. Contractors MUST be registered and current with the System for Award Management (SAM) database in order to receive a Government contract award. To register, the SAM Internet address is https:/sam.gov.

General questions about this procurement should be directed to Joshua Hope via email at Joshua.D.Hope@usace.army.mil. Once the solicitation is issued, all technical questions shall be submitted via ProjNet/Bidder's Inquiry System; additional information about the use of the ProjNet website will be included in the solicitation.

Posted: Feb. 22, 2021, 10:08 a.m. EST

Overview

Response Deadline
Oct. 13, 2021, 4:00 p.m. EDT (original: Aug. 23, 2021, 4:00 p.m. EDT) Past Due
Posted
Feb. 22, 2021, 10:08 a.m. EST (updated: March 2, 2021, 1:49 p.m. EST)
Set Aside
None
Place of Performance
Tulsa, OK 74137 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
88%
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
65% of similar contracts within the Department of the Army had a set-aside.
On 2/22/21 USACE Tulsa District issued Presolicitation W912BV21R0018 for Reference USACE MEGA. Tulsa District will issue an RFP for $120M Unrestricted MEGA IDC MATOC for Environmental Remediation Services Projects assigned to the RPEC and as assigned to SWD and SPD in accordance with UAI Subpart 5107.102-100 and ER 5-1-10 due 10/13/21. The opportunity was issued full & open with NAICS 562910 and PSC F108.
Primary Contact
Name
Joshua D. Hope   Profile
Phone
(918) 669-7460

Documents

Posted documents for Presolicitation W912BV21R0018

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation W912BV21R0018

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912BV21R0018

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912BV21R0018

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SWD > US ARMY ENGINEER DISTRICT TULSA
FPDS Organization Code
2100-W912BV
Source Organization Code
100221322
Last Updated
Oct. 28, 2021
Last Updated By
joshua.d.hope@usace.army.mil
Archive Date
Oct. 28, 2021