Jacobsville Environmental Remediation Services

expired opportunity(Expired)
From: Federal Government(Federal)
W912QR22R0056

Basic Details

started - 21 Oct, 2022 (18 months ago)

Start Date

21 Oct, 2022 (18 months ago)
due - 24 Oct, 2022 (18 months ago)

Due Date

24 Oct, 2022 (18 months ago)
Bid Notification

Type

Bid Notification
W912QR22R0056

Identifier

W912QR22R0056
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (707644)DEPT OF THE ARMY (132919)USACE (38048)LRD (5552)US ARMY ENGINEER DISTRICT LOUISVILL (2089)

Attachments (6)

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.

Note: The Solicitation and all Amendments are available through the solicitation module of PIEE at the following link: https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?solNo=W912QR22R0056Amendment 00031. Wage Determination IN20220006 Modification 25 dated 21 October 2022 is hereby incorporated and replaces Wage Determination IN20220006 Modification 24 dated 23 September 2022.2. Wage Determination 2015-4713, Revision 18 dated 26 August 2022 is hereby incorporated and replaces Wage Determination 2015-4713, Revision 17, dated 27 June 2022.3. All other terms and conditions remain unchanged.Amendment 0003Amendment0002Solicitation W912QR22R0056 for Environmental Remediation Services at the Jacobsville Superfund Site is hereby amended as follows:(1). Sections 6.6.5 and 6.6.7.2 have been updated.(2). CLINS 4 and 7 on the Attachment A – Price
Breakout Schedule have been revised.(3). Wage Determination IN20220006 is hereby added.(4). Note 5 and Note 6 have been added to Attachment A - Price Breakout Schedule to clarify CLINs 9,12, 13 and 14.(5). All other terms and conditions remain unchanged. Amendment 0002Amendment 0001:Solicitation W912QR22R0056 for Environmental Remediation Services at the Jacobsville Superfund Site is hereby amended as follows:1. Supporting documents located on PIEE have been renamed and updated.2. The PWS has been revised to correct numbering errors and revise Task 10.3. The Price Breakout Schedule has been revised and is now titled "Attachment A - Price Breakout Schedule". Contractors shall submit a filled-out version of the Excel spreadsheet in their proposal.4. Section M - Evaluation Factors for Award has been amended to clarify bonding language.5. Task 10 has been amended to include Emergency work items.6. Section J - List of Attachments has been added7. Clause 52.211-18 Variation in Estimated Quantity has been added to Section I.8. "Attachment K - CLEANUP Subcontractor Contact" has been added to PIEE.Amendment 0001The performance work statement (PWS) is for environmental services to remediate lead- and arsenic-contaminated soil specified on remedial design drawings for residential properties within Operable Unit 2 (OU2) of the Jacobsville Neighborhood Soil Contamination Superfund Site in Evansville, Vanderburgh County, Indiana. This is an Indefinite Delivery, Indefinite Quantity Contract. The base ordering period will be three years from date of award and have an ordering capacity of $51 million. There are two (2) options to extend the ordering period by one year. Each option, if exercised, would increase the ordering capacity by $8 million. The total maximum capacity of this contract will be $67 million if all options are exercised. All task orders will be negotiated firm-fixed priced task orders. There may be multiple task orders awarded during a single field season.The Government requests that offerors provide firm-fixed-price proposals for the tasks listed in this PWS in the quantities listed on the attached proposal bid schedule. The basis of award is the Trade-off Process. The Contracting Officer will award a firm-fixed-price Single Award Task Order Contract (SATOC) to the responsible offeror whom the Source Selection Authority determines conforms to the solicitation; is fair and reasonable; and offers the best overall value to the Government, all factors considered. The Government reserves the right to accept other than the lowest priced offer or to reject all offers. Evaluation criteria may be found in Section M of this document.In general, remedial action includes excavation of residential lead- and arsenic-contaminated soil per EPA-provided remedial designs, backfill/restoration of disturbed areas, transportation and disposal of contaminated soil, and completion of remediation reports documenting cleanup. USACE anticipates that 400 remedial designs will require remediation during each of the first two field seasons. Up to 400 remedial designs may be remediated during each field season thereafter. A field season may last from March through mid-December but is dependent on weather, approval of all planning documents and suitable backfill, and the number of remedial designs to be remediated. It should be noted that the Contractor?s schedule for gaining approval of all planning documents and backfill in advance of starting excavation for the first field season will need to be aggressive so field work can commence in a time frame that will allow for remediation of 400 properties during the first field season. Most remedial design drawings encompass one property as identified by a single Vanderburgh County tax identification number. However, some remedial design drawings encompass more than one adjacent property, each having a separate Vanderburgh County tax identification number but the same property owner. These properties were combined into one remedial design drawing by EPA during the remedial design phase for ease of reporting and sampling because they have the same property owner. Other remedial design drawings encompass one property with two adjacent street numbers and a single Vanderburgh County tax identification number and property owner. Therefore, one remedial design drawing may encompass more than one residence. *Visit 'https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?solNo=W912QR22R0056' to obtain more details.*

KO CONTRACTING DIVISION 600 DR MARTIN LUTHER KING JR PL  LOUISVILLE , KY 40202-2230  USALocation

Place Of Performance : KO CONTRACTING DIVISION 600 DR MARTIN LUTHER KING JR PL LOUISVILLE , KY 40202-2230 USA

Country : United StatesState : Kentucky

You may also like

Environmental Services

Due: 03 May, 2024 (in 8 days)Agency:

ENVIRONMENTAL SERVICES

Due: 30 Sep, 2025 (in 17 months)Agency: DEPT OF DEFENSE

Ecological Restoration Projects

Due: 02 May, 2024 (in 7 days)Agency: State of New Mexico

Please Sign In to see more like these.

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

Classification

naicsCode 562910Remediation Services
pscCode F108Hazardous Substance Removal, Cleanup, and Disposal Services and Operational Support