Georgia Bids > Bid Detail

Environmental Consulting Services SATOC

Agency:
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159749544529568
Posted Date: Jan 26, 2024
Due Date: Feb 9, 2024
Source: https://sam.gov/opp/644248e8fb...
Follow
Environmental Consulting Services SATOC
Active
Contract Opportunity
Notice ID
W912HN24R1003
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SAD
Office
W074 ENDIST SAVANNAH
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 26, 2024 11:59 am EST
  • Original Response Date: Feb 09, 2024 01:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 24, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: F999 - OTHER ENVIRONMENTAL SERVICES
  • NAICS Code:
    • 541620 - Environmental Consulting Services
  • Place of Performance:
    Savannah , GA
    USA
Description

This is a Draft Solicitation – The Final Solicitation will be posted on or about 14 February 2024.





This Draft Solicitation and Pre-Solicitation Notice is for a $10M Environmental Consulting Services (ECS), Single Award Task Order contract (SATOC) for the United States Army Corps of Engineers (USACE) Savannah District (SAS). This acquisition is being offered as a 100% set-aside for small business competition and will result in a Firm Fixed Price Contract Award.





The intent for providing the draft solicitation/pre-solicitation notice is to provide industry with information prior to the issuance of the Request for Proposal (RFP). This also provides an opportunity for industry to comment on the SATOC level Statement of Work (SOW) and the overall RFP. Industry feedback shall be emailed directly back to the Contract Specialist, Kate Nicholson, at katherine.d.nicholson@usace.army.mil or to the attention of the Contracting Officer, Gerard Leo, at gerard.f.leo@usace.army.mil by February 9, 2024, 1300 EST (1pm).





If an Offeror believes that the requirements in this Request for Proposal contain an error, omission, or are otherwise unsound; submit questions and recommendations directly to the Contract Specialist and Contracting Officer.





Description of Work: This is a Single-Award Task Order Contract (SATOC) to provide a full range of Environmental Consulting Services (ECS) with a total capacity of $10 million, under which only firm-fixed price task orders will be issued. The environmental and base support services consist of environmental compliance, environmental restoration, environmental conservation, UXO anomaly avoidance, pollution prevention, real estate, SRM, energy management & sustainability services, and base support under NAICS Code 541620, Environmental Consulting Services.





The services required by this contract will be provided for the customers of the U.S. Army Corps of Engineers, South Atlantic Division, and the Southeastern Regional Environmental Office on the Installation Management Command, Atlantic Region (IMCOM) and existing customers. The contractor shall provide support related to requirements of the Resource Conservation and Recovery Act (RCRA), the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA), the Clean Air Act, National Environmental Policy Agency (NEPA) and other related Federal Programs in addition to State/Local specific regulations/requirements. The contractor shall provide environmental support as requested in the task orders (TOs) issued under this task order. This contract requires the contractor to perform all work necessary to complete the performance requirements of each task order, to include completing simultaneously executed TOs. The contractor may be required to perform tasks on-site and/or at their own facilities. See the Draft RFP for the full SATOC Statement of Work.





Period of Performance: Three (3) year base period and an additional six (6) months may be added to the contract following the base (IAW FAR 52.247-8).





Evaluation Criteria: This requirement will be solicited and procured using FAR Part 15, Lowest Price Technically Acceptable methodology with the following evaluation criteria:





Factor 1: Price.



Factor 2: Technical Approach.



Factor 3: Past Performance.





Note: The final approved solicitation will be issued in electronic format only and is anticipated to be available on or about 14 February 2024. Please note that the proposal due date will be specified in the solicitation when issued. No additional media (CD-ROM, floppy disk, faxes, etc.) will be provided. Any prospective offeror must register in the System for Award Management (SAM) at https://sam.gov. After completing SAM registration, interested Contractors and their subcontractors must then use https://sam.gov to obtain solicitation documents, plans, specifications, and other solicitation documents for this requirement. Contractors that have an existing account should be able to use their existing login to search for the solicitation number once it is released. When the final approved RFP is issued, proposals shall be submitted electronically via Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by the due date and time for submission of proposals.





Note: The only authorized transmission method for proposals in response to this solicitation is PIEE solicitation module. No other transmission methods (email, facsimile, regular mail, hand carried, etc.) will be accepted. To submit an electronic proposal through the PIEE Solicitation Module website, Offerors shall follow the following steps:






  1. Step 1: Complete vendor registration on https://piee.eb.mil/. Instructions for registration can be found through: https://www.acq.osd.mil/asda/dpc/ce/cap/docs/piee/PIEE_Solicitation_Module_Vendor_Access_Instructions.pdf






  1. Step 2: Upload offer in the Solicitation Module through https://piee.eb.mil/. Instructions for uploading an offer can be found through: https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml





Note: Only those with a PIEE vendor registration as ‘Proposal Manager’ may upload an offer.






  1. FILE DESCRIPTION: Include a "File Description" for each file(s) you upload. The "File Description" will be included in the email notice to each of the recipients you choose to access your file(s). Do not enter Privacy Act Data (Personal Identification Information (PII) in the File Description). File description format shall be provided in the RFP.






  1. Offerors are cautioned to log into PIEE Solicitation Module with sufficient time to ensure the electronic proposal package is completely uploaded and time-stamped in the system prior to the date and time specified for receipt of proposals. It is the responsibility of the Offeror to ensure their proposal is received by the date and time for submission of proposals.






  1. It is the responsibility of the Prospective Offeror to promptly notify the Contract Specialist, Kate Nicholson, at katherine.d.nicholson@usace.army.mil, or the Contracting Officer, Gerard Leo, at gerard.f.leo@usace.army.mil, if there are any issues with submitting proposals through PIEE Solicitation Module.






  1. The Government will not be responsible for proposals delivered to any location or to anyone other than those designated to receive proposals on its behalf. Offerors are responsible for ensuring that proposals are submitted to reach the designated recipient of proposals. Offerors are responsible for allowing sufficient time for the proposal to be received in accordance with the instructions provided.





It is the Offeror’s responsibility to check https://sam.gov as necessary for any amendments that may be posted to this solicitation. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. Contractual questions should be forwarded to the contract specialist, Kate Nicholson, at katherine.d.nicholson@usace.army.mil, or the Contracting Officer, Gerard Leo, at gerard.f.leo@usace.army.mil.





Attachments:




  1. Solicitation-Draft – W912HN24R1004

  2. Attachment 1 – Proposal Data Sheet

  3. Attachment 2 – Past Performance Questionnaire

  4. Attachment 3 – Binding Labor Rates


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 100 W OGLETHORPE AVE
  • SAVANNAH , GA 31401-3604
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 26, 2024 11:59 am ESTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >