$200M Small Business (SB) Environmental Remediation Services (ERS) with Military Munitions Response Program (MMRP), Indefinite Delivery/Indefinite Quantity (ID/IQ) Multiple Award Task Order Contract (MATOC) (№8146692)

24 may

Number: 8146692

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


24-05-2018

Description


$200M Small Business (SB) Environmental Remediation Services (ERS) with Military Munitions Response Program (MMRP), Indefinite Delivery/Indefinite Quantity (ID/IQ) Multiple Award Task Order Contract (MATOC)Solicitation Number: W9128F-17-R-0013
Agency: Department of the Army
Office: U.S. Army Corps of Engineers
Location: USACE District, Omaha

Solicitation Number: W9128F-17-R-0013

Notice Type: Award

Contract Award Date: May 23, 2018

Contract Award Number: W9128F18D0025-W9128F18D0029

Contract Award Dollar Amount: Not to Exceed $200M

Contractor Awarded Name: Multiple Awards

Synopsis: Added: Mar 28, 2017 4:25 pm Modified: Apr 25, 2017 4:34 pm

Track Changes

W9128F-17-R-0013 - Small Business (SB) set-aside - This office hereby issues a solicitation as a part of the U.S. Army Corps of Engineers (USACE) Multiple Environmental Government Acquisition (MEGA) strategy. The Omaha District intends to issue the solicitation for an Environmental Remediation Services (ERS) with Military Munitions Response Program (MMRP), Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) exclusively for Northwestern Division (NWD) existing and future customers throughout the contiguous United States, including Alaska, Hawaii and the U.S. Territories.


Proposals will are due Friday, 19 May 2017 NLT 1400hrs CDT. This solicitation will facilitate up to five (5) contract awards, with a maximum shared capacity of $200 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 750 employees. Evaluation of proposals will be performed on a "best value, trade-off" basis.


From this solicitation, the Government intends to also award a task order for Site Inspection of Aqueous Film Forming Areas and Military Munitions Response Program Investigation at Pueblo Chemical Depot, Pueblo, Colorado based on best-value trade-off procedures to a single firm that has been accepted into the MATOC pool. There will be a site visit associated with this requirement at Pueblo Chemical Depot on Tuesday, April 18th, 2017 at 1230 MT. Please reference the attached site visit documents. Please direct any questions related to the site visit to Mr. Matt Brennan via email at

[email protected]. Completed site visit documents are due to Mr. Brennan NLT 1300 MT Monday, 17 April 2017. All firms attending the site visit must have a MEC UXO Tech II to act as a MEC escort. Offerors are advised to provide their own bottled water for the site visit. Offerors are allotted four (4) personnel per firm for the site visit. Please see the revised site visit documentation attached.

Task orders under this MATOC may use performance-based Performance Work Statements. Each contract awarded under this MATOC will have a base period of three years and an option to extend the contract for an additional two-year period.


The majority of the task orders that will be issued under this ERS contract will be to provide services related to requirements of the Resource Conservation and Recovery Act (RCRA), the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA), the Environmental Protection Agency (EPA) emerging contaminate program; the National Oil and Hazardous Substances Pollution Contingency Plan (NCP), MMRP, the Clean Water Act, the Clean Air Act, National Environmental Policy Act (NEPA), National Historic Preservation Act, Endangered Species Act and other related Federal Programs in addition to State/Local specific regulations/requirements dealing with hazardous waste management/disposal, radioactive waste/mixed waste management/disposal, and with Underground Storage Tanks (USTs), and other fuels related issues. Actions may address both regulated and non-regulated toxic substances and emerging contaminants. Incidental vertical construction (i.e. excavation, off-site disposal of contaminated soil, etc.) will also be included in the ERS contracts however, construction activities must be incidental to the ERS work. Removal of wastes and/or installation of treatment systems is not considered construction for the purpose of this MATOC pool.


Services that may be required in an ERS task order include, but are not limited to: preparation of work plans following the Uniform Federal Policy (UFP) Quality Assurance Project Plan (QAPP) guidelines; 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); 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; emerging contaminate studies through remediation; 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; operations and maintenance (O&M) for HTRW 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; other military munitions activities; and, future project programming and scheduling support.


Remedial action activities could include, but are not limited to the following: air sparging; soil vapor extraction; bioremediation; asbestos and lead-based paint remediation; radon abatement; landfill capping and collection systems; building remediation and demolition; sediment remediation; air discharge systems; ground-water extraction and injection systems; air stripping; carbon absorption; ground-water treatment systems; incineration of soils; low-temperature thermal desorption; mixed water disposal; solidification of contaminated matter; soil washing; detection, recovery, and disposal of MEC or any in-situ or on-site treatment methods. Remedial actions may address both regulated and non-regulated toxic substances. Incidental construction will also be included in the ERS contracts however, construction activities must be incidental to the ERS work.


The scope for MMRP and other military munitions related activities requires the contractor to have experience with the regulatory process (CERCLA/RCRA) and phases (e.g. PA/SI, EECA, RI/FS, Non-Time Critical Removal Action (NTCRA), and Time Critical Removal Action (TCRA), Remedial Design and Remedial Actions, etc.) normally utilized to perform military munitions response actions. Activities required include, but are not limited to, the following actions: historical records review (HRR); site surveys; geophysical mapping and associated activities; Probability Assessments; military munitions removal/remedial actions and associated activities; Explosive Safety Submission (ESS)/Explosive Siting Plans (ESP) preparation; engineering controls design; explosives management (siting, use, etc.); munitions debris handling and disposal; anomaly avoidance; construction support; munitions constituent sampling; removal/remedial actions; x-ray fluorescence; community relations support; reporting; and Geographical Information System (GIS) support for project activities.


Offerors:


Please be advised that an on-line registration requirement in System for Award Management (SAM) database http://www.sam.gov/ exists and directed solicitation provisions concerning electronic annual Representations and Certifications on SAM. 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 or update to SAM.


Obtaining Solicitation Documents:


Solicitation documents will be posted to the web via Federal Business Opportunities (Fed Biz Opps) (www.fbo.gov). Registration is required to access solicitation documents. Federal Business Opportunities provides secure access to acquisition-related information, synopsis or pre-solicitation notices and amendments. Summary of access requirements to solicitation is as follows. Find solicitation announcements in FedBizOpps (www.fbo.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 FedBizOpps (http://www.fbo.gov). It shall be the contractor"s responsibility to check the website for any amendments or new information regarding this solicitation.


The Contract Specialist point of contact for this project is Jessica Jackson who can be reached by email at [email protected].

Added: May 23, 2018 6:31 pm As a part of the U.S. Army Corps of Engineers (USACE) Multiple Environmental Government Acquisition (MEGA) strategy, the Omaha District hereby awards an Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Environmental Remediation Services (ERS) with Military Munitions Response Program (MMRP), exclusively for Northwestern Division (NWD) existing and future customers throughout the contiguous United States, including Alaska, Hawaii and the U.S. Territories.

Contractors awarded contracts under the shared $200000000 capacity MATOC are as follows:


W9128F18D0025 GSINA-Gilbane JV LLC (080367064)
169R Main Street
Flemington, NJ 08822-1607


W9128F18D0026 EA Engineering, Science, and Technology, Inc. (069381812)
225 Schilling Circle, Suite 400
Hunt Valley, MD 21031


**W9128F18D0027 HydroGeoLogic, Inc. (193942604)
11107 Sunset Hills Rd., Ste 400
Reston, VA 21090-5375


W9128F18D0028 Cape Environmental Management Inc. (148040736)
500 Pinnacle Court, Suite 100
Norcross, GA 30071-3662


W9128F18D0029 TLI - Bay West Joint Venture LLC (080285479)
5 Empire Drive
St. Paul, MN 55103-1856

**Awarded seed project task order



Please consult the list of

document viewers if you cannot open a file. Amendment 1 Type: Mod/Amendment

Posted Date: April 11, 2017



SVAttach1_PCD-F_190-5_Visitor_Notification_Form_2016.pdf (525.18 Kb) Description: Site Visit Attachment 1

SVAttach2_PCD_Photo_pass_OF_7.pdf (1673.36 Kb) Description: Site Visit Attachment 2

SVAttach3_PCD_Section_L_Figure_1.pdf (294.84 Kb) Description: Site Visit Attachment 3

Solicitation 1 Type: Solicitation

Posted Date: April 12, 2017



W9128F-17-R-0013.pdf (2571.99 Kb) Description: W9128F-17-R-0013 Solicitation

SectionJ_Attach_Figure_2.pdf (236.57 Kb) Description: Section J - Seed Project PWS - Figure 2

SVAttach1_PCD-F_190-5_Visitor_Notification_Form_2016.pdf (537.21 Kb) Description: Site Visit Attachment 1 - REVISED 12APRIL2017

SVAttach2_PCD_Photo_pass_OF_7.pdf (1673.36 Kb) Description: Site Visit Attachment 2

SVAttach3_PCD_Section_L_Figure_1.pdf (294.84 Kb) Description: Site Visit Attachment 3

Amendment 2 Type: Mod/Amendment

Posted Date: April 13, 2017



W9128F-17-R-0013_Change1_20170413.pdf (2738.50 Kb) Description: Change 1 - 13 Apr 17 - Updated Site Visit Information - page 185

Solicitation 2 Type: Solicitation

Posted Date: April 20, 2017



PCD_CLIN_Schedule.xlsx (11.11 Kb) Description: PCD Seed Project CLIN Schedule Excel Spreadsheet

Solicitation 3 Type: Solicitation

Posted Date: April 25, 2017



PCD_Arch_Monitoring_Area_RECOMMENDATIONS.PDF (746.42 Kb) Description: PCD Arch Monitoring Area

Amendment 3 Type: Mod/Amendment

Posted Date: April 25, 2017



AM0001_W9128F-17-R-0013_25Apr17.pdf (2567.83 Kb) Description: W9128F-17-R-0013 Amendment 0001

6945472 Image.pdf Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: 6945472 Image.pdf

Posted Date: April 26, 2017



6945472_Image.pdf (1230.68 Kb) Description: 6945472 Image.pdf

Site Visit Attendees List Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Site Visit Attendees List

Posted Date: April 26, 2017



Site_Visit_Attendance_Sheet.pdf (179.59 Kb) Description: Sign in list of Site Visit attendees

MEGA_WSMSA 3.pdf Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: MEGA_WSMSA 3.pdf

Posted Date: April 28, 2017



MEGA_WSMSA_3.pdf (439.60 Kb) Description: Response to Bidder Inquiry # 6947567

Shapefiles Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Shapefiles

Posted Date: April 28, 2017



Shapefiles.zip (15.25 Kb) Description: Response Bidder Inquiry #6948030

6952409 Response Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: 6952409 Response

Posted Date: May 1, 2017



6952409_PCD_ESP_SWMU_7__Amend1_Mar2016.pdf (205.40 Kb) Description: 6952409_PCD_ESP_SWMU_7_Amend1_Mar2016.pdf

6952060_Datasheets_Pueblo_CMD_CO.pdf (906.24 Kb) Description: 6952060_Datasheets_Pueblo_CMD_CO.pdf

6950626 Response Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: 6950626 Response

Posted Date: May 1, 2017



Place of Performance: 1616 Capitol Ave
Omaha, Nebraska 68102
United States


Primary Point of Contact.: Jessica R. Jackson, Contract Specialist

[email protected]

Secondary Point of Contact: Douglas E. Hadley, Contracting Officer

[email protected]