Federal Bid

Last Updated on 15 Apr 2020 at 6 PM
Solicitation
Housatonic Massachusetts

GE Pittsfield Housatonic River Cleanup

Solicitation ID W912WJ20R0003
Posted Date 23 Oct 2019 at 9 PM
Archive Date 07 Dec 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Housatonic Massachusetts United states

 
 

The New England District is acquiring a single Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide environmental consulting services, predominantly technical assistance related to response actions, in support of the USEPA superfund program at the General Electric Housatonic River site. The services may include but are not limited to site characterization, removal investigations, feasibility studies, review of designs, technical assistance in support of removal/remediation actions, (including sediment remediation activities such as dredging, excavation, and stream restoration) litigation support, surveillance of other GE activities, including post removal site control actions, groundwater investigation, monitoring, assessment and response actions, and any other actions necessary to provide technical assistance of removal/remediation activities at this site.

 

This will be a performance-based, Firm Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) Environmental Consulting Services Contract under NAICS Code 541620 with an estimated contract amount of $15 million. Task

orders will be negotiated after award on a firm fixed price basis. Work will begin in April 2019 and will extend over a 5 year period. This project will be set-aside for small business firms. Separate task orders will be required to facilitate the cost tracking provisions of the Consent Decree, in support of the U.S. Army Corps of Engineers (USACE), New England District (NAE). Specific outcomes and deliverables will be defined in each task order.

 

Task orders will be awarded up to the maximum capacity of $15,000,000.00. A performance period of five years is planned. There is no limit of the number of task order(s) that may be executed, but in no case shall the sum of all task order(s) executed exceed $15,000,000.00. The minimum guarantee for the contract amount will be $50,000 which shall be met by the initial seed task order.

 

Please note this solicitation is set aside for certified Small Business firms, applicable NAICS code is 541620, size standard of $15M. This is not a request for proposals (RFP) at this time, the solicitation requirements and contract documents to include instructions for submission and the response date will be available on or about October 21, 2019. Neither telephonic, mailed nor faxed requests for hard copies of this solicitation will be accepted. The solicitation will only be available online; in order to download the solicitation offerors must access the Federal Business Opportunities website (www.fbo.gov). All responsible sources may submit a proposal which shall be considered by the New England District. Additional questions may be emailed to the Contract Specialist at [email protected].

Bid Protests Not Available