SFAAP Munition and Explosives of Concern (MEC) Removal and Environmental Remediation, DeSoto, Kansas

expired opportunity(Expired)
From: Federal Government(Federal)
W912DQ-19-R-3008

Basic Details

started - 19 Feb, 2019 (about 5 years ago)

Start Date

19 Feb, 2019 (about 5 years ago)
due - 05 Mar, 2019 (about 5 years ago)

Due Date

05 Mar, 2019 (about 5 years ago)
Pre-Bid Notification

Type

Pre-Bid Notification
W912DQ-19-R-3008

Identifier

W912DQ-19-R-3008
Department of the Army

Customer / Agency

DEPT OF DEFENSE (708859)DEPT OF THE ARMY (133109)USACE (38129)NWD (6935)W071 ENDIST KANSAS CITY (1322)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The U.S. Army Corps of Engineers, Kansas City District, intends to issue a Request for Proposal (RFP) solicitation for Construction and Remediation Services work in support of the Former Sunflower Army Ammunition Plant, located in DeSoto, Kansas.The required work includes removal and decontamination of potentially explosive sewers and underground infrastructure; to include investigation and cleanup of environmental contamination underneath explosive sewers after the explosive hazards have been removed and the soil certified as Material Documented as safe (MDAS).This contract will provide remediation at the site. The selected contractor will have to have the ability to work in multiple remediation areas concurrently and adapt to changing requirements. The contractor will be required to simultaneously manage the logistics of performing large scale corrective measures at sites with facilities potentially contaminated with explosives, evaluate large amounts of confirmation data, and
manage the disposal of all waste streams created during implementation of corrective measures.The contractor shall investigate and remove environmental contamination underneath explosive sewers, following the removal of the explosive hazards and the soil certified as MDAS. The contractor must provide personnel with current safety training as required by the Occupational Safety and Health Administration (OSHA). The contractor must provide personnel with adequate experience working in areas potentially containing explosive hazards. All activities involving work in areas potentially containing explosive hazards must be in compliance with the Department of the Army (DA), Department of Defense (DoD) regulations, and guidance to include interim guidance and Data Item Descriptions at the site. The contractor must be capable of performing work in a manner that complies with federal, state, and local regulations and laws. Work at the site includes: explosive decontamination of subsurface sewer piping located throughout the SFAAP installation. Sewer piping will be exposed in lengths up to 200 feet at a time using an armored excavator to remove the soil overburden. Once exposed, the piping will be inspected by UXO personnel, and if deemed necessary by the Senior Unexploded Ordnance Supervisor (SUXSO). If explosives accumulation is discovered inside of sewer pipes the section will be vented in place. If the sewer piping is deemed removable it will be taken to a burn pad and thermally decontaminated. All impacted soils in the sewer line excavation will be removed and confirmation samples collected.There are no drawings associated with this synopsis. Copies of this solicitation will be available by INTERNET ACCESS ONLY. Notification of amendments will be made via Internet only, as well. It is therefore the offeror's responsibility to check the following address daily for any posted changes to this solicitation. For security reasons, all technical and engineering data related to this solicitation will be distributed using the Federal Business Opportunity (FBO) system, at www.fbo.gov. FBO is a web-based dissemination tool designed to safeguard acquisition- related information for all Federal agencies. Interested offerors MUST register with FBO or they will not be able to download information from thesite. Registration instructions can be found on the FBO website at www.fbo.gov by clicking on the Register Now hyperlink. Offerors registered with FBO may view and/or download this solicitation and all amendments from the internet AFTER SOLICITATION ISSUANCE. All amendments will be posted to FBO. It shall be the contractor's responsibility to check the website for any amendments. Interested parties are reminded that they are responsible for checking on new information posted to FBO.The information being requested does not constitute a commitment on the part of the Government to award a contract, nor to pay for any costs incurred as a result in replying to this notice. This notice should not be construed as a commitment by the Government for any purpose.At this time, no Pre-Solicitation Conference is planned for this solicitation. If the Government does elect to hold a Pre-Solicitation Conference, the pre-solicitation announcement will be modified accordingly.There will be an organized site visit planned for this solicitation. The details will be included in the solicitation.If there are any changes to the scheduled site visit, the correct time and location will be included in the solicitation or amendments as applicable.In accordance with FAR 36.204 and DFARS 236.204, the estimate magnitude if this construction project is: more than $10,000,000.This is a competitive acquisition for the award of a Cost plus Fixed Fee contract to be issued as a total small business set-aside. The solicitation will be publicized as such on the Federal Business Opportunities website at www.fbo.gov. Award will be made to the proposal that conforms to the solicitation and represents the best value to the Government utilizing the tradeoff process.The Government is utilizing the procedures in FAR 15.3 "Source Selection" under competitive negotiated proceedings to select the proposals that represent the best value to the Government. The trade-off process inherent in best value source selection allows the government to consider award to other than the lowest priced offeror or other than the highest technically rated offeror, per FAR 15.101. Consequently, all evaluation factors that may affect the contract award and their relative importance will be clearly stated in the solicitation.The estimated period of performance is 5 years from the Notice to Proceed (NTP).The solicitation will be available on or about 22 April 2019, and quotes will be on or about 22 May 2019. The solicitation, including any amendments, shall establish the official opening and closing dates and times.This procurement is 100% Small Business set-aside with a North American Industry Classification System (NAICS) Code is 562910 (Remediation Services), with a size standard of 750 employees. For the purpose of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed the size standard stated above.Prior to bidding, interested offerors must have an active registration in the System for Award Management (SAM). Firms can register via the SAM internet web-site at htts://www.sam.gov/portal/public/SAM/. If the offeror is a Joint Venture (JV), the JV entity must have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an offeror is not successfully and actively registered in the SAM database, the Government reserves the right to award to the next prospective offeror. The solicitation and associated information will be available from FedBizOpps website at https://www.fbo.gov. This will normally be the only method of distributing amendments prior to closing; therefore, it is the Offeror's responsibility to check the website periodically for any amendments to the solicitation.A Proposal Guarantee will be required with your proposal in the amount of 20% of the Offeror's proposed price or $3,000,000, whichever is less. 

Sunflower Army Ammunition Plant DeSoto, Kansas 66018 United StatesLocation

Place Of Performance : Sunflower Army Ammunition Plant

Country : United States

Classification

562 -- Waste Management and Remediation Services/562910 -- Remediation Services
naicsCode 562910Remediation Services
pscCode FWater Quality Support Services