

Fence to Fence (F2F) Environmental Services at Joint Base McGuire-Dix-Lakehurst, NJ; Hanscom Air Force Base (AFB), MA; New Boston AFS, NH; and Rome Labs, NY
Process Number W912DR21R0042

Dates:
W912DR21R0042
Department/Ind. Agency:DEPT OF DEFENSE
Sub-tier:DEPT OF DEFENSE
Sub Command:W2SD ENDIST BALTIMORE
Office:W2SD ENDIST BALTIMORE
General Information:
(UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
Updated Published Date:Nov 04, 2021 03:51 pm CDT
Original Published Date:2021-09-24 10:06:00
Original Response Date:Oct 25, 2021 01:00 pm CDT
Inactive Policy:15 days after date offers due
Updated Inactive Date:Nov 20, 2021
Original Inactive Date:Nov 09, 2021
Initiative:- None***--***
Classification:
Total Small Business Set-Aside (FAR 19.5)
Product Service Code:F999 - OTHER ENVIRONMENTAL SERVICES
NAICS Code:562910 - Remediation Services
Description:
The U. S. Army Corps of Engineers, Baltimore District is hereby soliciting proposals for an Environmental Services contract to support the Air Force (AF) at Joint Base McGuire-Dix-Lakehurst, NJ; Hanscom AFB, MA; New Boston AFS, NH; and Rome Labs, NY. Services encompasses the full range of methods, technologies, and supporting activities necessary to conduct environmental operations and services efforts to address Fence to Fence (F2F) compliance needs. Each installation requires support in one or more of the following programs: Hazardous Waste (HW), Hazardous Material Management, Environmental Sampling and Analysis, Air Quality, Wastewater and Stormwater, Drinking Water, Natural Resources Management, Cultural Resources Management, Solid Waste Management, Pollution Prevention, Petroleum Oil and Lubricants Management, Storage Tank Environmental Compliance and Toxic Substances Control Act (TSCA), as needed/regulated by state or region. Contractor experience and knowledge with the numerous federal and state regulatory requirements associated with each program (HW, Solid Waste, Air Quality, etc) is critical to success. The period of performance for this contract will be five (5) years (base plus four option years). This is a standalone, firm fixed priced services contract. This procurement is being solicited as a total small business set-aside. The NAICS code for this requirement is NAICS Code 562910 – Environmental Remediation Services, with a small business size standard of 750 Employees. There will be four virtual site visits for this requirement. Details regarding the virtual site visits including dates, times, access, and RSVP requirements can be found on Solicitation page 2. Proposals will be evaluated using best value trade-off source selection procedures. Detailed proposal requirements and instructions, as well as evaluation methodology is included in the solicitation. Warning: The official media for distribution of this Solicitation Notice is Contract Opportunities website, SAM.gov. It is the responsibility of the interested vendor(s) to register in Sam.gov and monitor the notice for any changes. Only electronic proposals will be accepted. See proposal for detailed electronic proposal submission instructions. All contractors are required to be registered in the DOD System for Award Management by award (SAM) before award as required by FARS 4.605. This office will not accept any telephonic, written, or faxed requests for a copy of the solicitation. All Requests for Information shall be submitted via ProjNet no later than 11:00 AM Eastern Time on 13 October 2021. Questions received after that date may not be acknowledged. Questions about the Use of ProjNet and or DoD SAFE Site can be sent to the Contract Specialist, Aaron Jones, at aaron.g.jones@usace.army.mil and Contracting Officer, Nicole Brookes, at nicole.c.brookes@usace.army.mil. Include the solicitation number in the email subject line.
Attachments / Links:
Document | Size | Updated date | Download |
---|
Contact Information:
RESOURCE MANAGEMENT OFFICE 2 HOPKINS PLAZA
BALTIMORE , MD 21201-2526
USA
Primary Point of Contacts:Aaron Jones
Secondary Point of Contact:Nicole Brookes