Search Contract Opportunities

Advance Contracting Initiative (ACI) Multiple Award Task Order Contract (MATOC) for Debris Management Services in Eleven (11) Coastal States within the Continental United States   19

ID: W912P8-07-R-0100 • Type: Presolicitation

Description

Posted: June 25, 2007, 12:00 a.m. EDT
28 June 2007 Pre-proposal Telephone Conference Information - A pre-proposal conference call will be held on 28 June 2007 for the ACI SATOC solicitation W912P8-07-R-0100. There will be 2 different time slots for this call. The first session will be held at 1030 hours CST. The second session will be held at 1430 hours CST. Each session will last approximately 45 minutes. The call-in information is as follows: Dial-in number: 888-282-8355. Passcode: 7833720 There will also be power point presentations posted on the US Army Corps of Engineers, New Orleans District web site to assist with this presentation. The link to this site is www.mvn.usace.army.mil/ebs. The link will be entitled 28 JUNE 2007 PREPROPOSAL TELEPHONE CONFERENCE INFORMATION AND PRESENTATIONS FROM THE THE DEBRIS INDUSTRY FORUM THAT WAS HELD ON 29 AUGUST 2006 This information will be posted on Tuesday, 26 June 2007. Please e-mail a confirmation to Dianne.Allen@mvn02.usace.army.mil on the time you plan to call.
Posted: June 23, 2007, 12:00 a.m. EDT
Posted: June 4, 2007, 12:00 a.m. EDT
The U.S. Army Corps of Engineers (USACE) seeks to establish three MATOC pools of 8(a) and HUBZone firms on each coast of the United States. The three pools will be as follows: (1) Western Pool HUBZone Set Aside Responds to requirements in the s tates of California and Texas. (2) Southern Pool 8(a) Set Aside Responds to requirements in the states of Louisiana, Mississippi, and Alabama. (3) Eastern Pool HUBZone Set Aside Responds to requirements in the states of Maryland, Virginia, North Carolina, South Carolina, Georgia, and Florida. All qualified business concerns may submit offers. These pools will support the USACE ACI program. The ACI program enables USACE to respond quickly to Incidents of National Significance as defined by the N ational Response Plan (NRP). See the following website for information about the NRP: http://www.dhs.gov/xprepresp/committees/editorial_0566.shtm The ACI MATOC Contractors shall provide equipment, operators, and laborers for debris management services which includes, but is not limited to, segregation, removal, hauling, disposal, and structural demolition on public, commercial, and private property as specified by the Government. Debris is defined as materials originating from the effects of any natural or man-made catastrophe or major disaster. Materials included are of both man-made and natural origins, and may include hazardous/toxic/radiological wastes (HTRW). Man-made debris, construction/ demolition (C&D) materials include, but are not limited to: lumber, concrete, asphalt, masonry, metals, and plastics. Debris of natural origins, includes, but are not limited to: all vegetative debris (grass , shrubs, stumps, and trees - including trees on houses when specified by task order) and slide materials (clay, sand, gravel, rock, residual solids) and earth collected with the debris while loading trucks. Screening of debris may be required to remove ea rthen material prior to reduction. Each MATOC pool will include contracts with 4 to 8 companies. The Government encourages teaming and joint-ventures. A joint venture may be considered a small business if all the requirements detailed in the Federal Acquisition Regulation (FAR) Part 19 ar e met. The FAR can be found on the Internet at http://farsite.hill.af.mil/vffara.htm. Task Orders will be competed amongst the members of the pool as requirements are identified. Each firm will receive an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The ceiling for each pool will be $200M. The minimum guarantee for each firm will by $10K. These IDIQ contracts will be issued with a one-year base period and four one-year option periods. Best value source selection procedures using the trade-off process will be used in this procurement. This means that the evaluation factors, other than cost or price, when combined, are SIGNIFICANTLY MORE IMPORTANT than cost or price. The NAICS Code for this acquisition is 562119, Other Waste Collection. The small business size standard is $11.5M. The solicitation documents for this procurement will be posted on Army Single Face to Industry (ASFI). You can access these files from a link located on FedBizOps (www.fbo.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in ord er to open most files posted by the New Orleans District. Please register as an Interested Vendor in FedBizOps. This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerors are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administrations Subnet, at http://web.sba.gov/subnet. Offerors must be registered with the Central Contractor Registration (CCR), in order to receive a Government contract award. To register, the CCR Internet address is: http://www.ccr.gov. Issue date of the solicitation is TBD. The Government intends to host a pre-proposal conference on Jun 28, 2007. The conference will be virtual and include a telephone call and web based presentation. Additional information about our pre-proposal conference will be posted at a later date. The Contracting POCs for this action are Tim Black, 504-862-2918, Timothy.Black@mvn02.usace.army.mil or Dianne Allen, 504-862-1120, Dianne.Allen@mvn02.usace.army.mil.

Overview

Response Deadline
July 23, 2007, 1:00 a.m. EDT (original: June 19, 2007, 1:00 a.m. EDT) Past Due
Posted
June 4, 2007, 12:00 a.m. EDT (updated: July 14, 2007, 12:00 a.m. EDT)
Set Aside
None
Place of Performance
US Army Engineer District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA 70160-0267
Source
SAM

Current SBA Size Standard
$47 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
83%
Vehicle Type
Indefinite Delivery Contract
On 6/4/07 USACE New Orleans District issued Presolicitation W912P8-07-R-0100 for Advance Contracting Initiative (ACI) Multiple Award Task Order Contract (MATOC) for Debris Management Services in Eleven (11) Coastal States within the Continental United States due 7/23/07. The opportunity was issued full & open with NAICS 562119 and PSC S.
Primary Contact
Name
Dianne Allen, 504-862-1120 US Army Engineer District, New Orleans
Email
Phone
None

Documents

Posted documents for Presolicitation W912P8-07-R-0100

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation W912P8-07-R-0100

Award Notifications

Agency published notification of awards for Presolicitation W912P8-07-R-0100

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation W912P8-07-R-0100

Contract Awards

Prime contracts awarded through Presolicitation W912P8-07-R-0100

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912P8-07-R-0100

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912P8-07-R-0100

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > MVD > W07V ENDIST N ORLEANS
FPDS Organization Code
2100-W912P8
Source Organization Code
100221391
Last Updated
July 14, 2007
Last Updated By
PI33_DR_IAE_51681
Archive Date
Dec. 24, 2007