Added:Mar 14, 2019 8:16 pmModified:May 02, 2019 6:11 pmTrack Changes CONTRACT INFORMATION: Environmental Remediation Services (ERS) Multiple Award Task Order Contracts (MATOC), Primarily Alaska. This acquisition is a Total Small Business Set-Aside, any qualifying small business may submit a proposal. North American Industrial Classification System (NAICS) code is 562910, Environmental Remediation Services which has a size standard of 750 employees. A solicitation will be available on this site on or about 29 MARCH 2019.This acquisition will be awarded as multiple award Indefinite Delivery Indefinite Quantity Type (IDIQ) task order contracts consisting of a 3-year base period and two (2) 1-year option periods (if exercising is in the Government's best interest). The Government intends to award up to five (5) small business IDIQ contracts; however, the Government reserves the right to award more, less or none at all. The overall capacity of $140M for this small business ERS MATOC will
be shared among all MATOC awardees. The resultant IDIQ contracts will have fixed price and cost reimbursement capability such that any task orders may be issued as firm-fixed price (FFP), fixed price with economic price adjustment (FPEPA); however, the preponderance of task orders will be firm fixed price. Each award will have a minimum guarantee amount of $10K for the entire contract period.DESCRIPTION OF WORK: The objective of this ERS MATOC is to provide the U.S. Army Corps of Engineers (USACE) Alaska District with the capability to execute a full range of environmental remediation services including, but not limited to, investigations, studies, engineering support, remedial actions, and operation and maintenance activities related to Hazardous Toxic and Radioactive Waste (HTRW); contaminated soil, and contaminated groundwater. Requirements may be under the Formerly Used Defense Sites (FUDS) program or executed for military or non-military. Performance of task orders will primarily be in Alaska. However, as the USACE Alaska District is part of the USACE Pacific Ocean Division (POD) which encompasses all areas covered by the U.S. Pacific Command (USPACOM); therefore, some work under this contract may be performed outside of Alaska within the POD area of responsibility (AOR).Offerors selected for award will be those determined to be the best value to the Government considering non-price and price factors, fully burdened labor rates for key personnel and all criteria as cited the solicitation. The solicitation will utilize the trade-off evaluation process described in FAR 15.101-1. The Government will evaluate Technical Capability (including Experience, Organization and Key Personnel, Technical Approach to a Sample Cost-Reimbursable (CPFF-CF) Task Order), Past Performance, Contractually binding labor rates for key personnel, and Cost Proposal for CPFF-CF sample task order scope of work). Offerors are advised that in accordance with FAR 16.306(c), no CPFF contract may be awarded unless the limitations in FAR 16.301-3 are met; where, one of the limitations is that the contractor's accounting system must be adequate for determining costs. THEREFORE, NO CONTRACT AWARD CAN BE MADE TO AN OFFEROR WHOSE ACCOUNTING SYSTEM HAS NOT BEEN APPROVED AS ADEQUATE FOR COST REIMBURSEMENT CONTRACTS.All offerors are advised that this solicitation may be canceled or revised at any time during solicitation, selection, evaluation, negotiation and up to final award(s). If the solicitation is cancelled, all proposal preparation costs will be borne by the offeror. All offerors must be registered in the System for Award Management (SAM) at
http://www.sam.gov. Joint ventures must be registered in SAM as the joint venture. Offerors are advised to begin this process when they prepare their proposal in order to ensure this registration is in place should they be selected for the award. Lack of registration in the SAM database will make an offeror ineligible for award.OBTAINING THE SOLICITATION: The solicitation for this acquisition will be provided in electronic format only and is currently scheduled to be available for download on or about 29 MARCH 2019 at the Federal Business Opportunities (FBO) website at
http://www.fbo.gov/. Enter this solicitation number (W911KB19R0007) in the "Keywords/SOL#:" dialogue box. Any future amendments to the solicitation will also be available for download from this website. All notifications of changes to this solicitation shall be made through the internet only. It is the Offeror's responsibility to check for any posted changes to this solicitation.Added:Apr 03, 2019 3:24 pm ****NOTICE********NOTICE****NO CD REQUIRED TO BE PICKED UP - NO CD WILL BE REQUIRED OR AVAILABLE.THE PWS ATTACHMENT L-6 ITEMS 1-18 have now been posted for all interested parties at this site,
www.fbo.gov and an Official Amendment will follow to change the wording on the Attachment L-6 Cover Page that stated a CD would be available for pickup.NO LONGER IS ANY COMPACT DISC (CD) REQUIRED and Applicable Sample Performance Work Statement Government Furnished Materials/Information for this solicitation have been POSTED TO FBO for ease of access to ALL INTERESTED PARTIES.Thank you.****NOTICE********NOTICE****Added:Apr 29, 2019 7:27 pmModified:May 02, 2019 6:11 pmTrack Changes ***NOTICE***Proposal Due Date has been amended from 09 May 2019 to 14 MAY 2019, TUESDAY, 2PM Alaska Time. AMENDMENT 0003 is issued and incorporates answers (and changes as a result of answers) to 137 Bidder Inquiries.***NOTICE***