California Bids > Bid Detail

Military Munitions Response Program (MMRP) at Former Fort Ord SATOC

Agency:
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159631149566833
Posted Date: Nov 18, 2022
Due Date:
Source: https://sam.gov/opp/5109df205c...
Military Munitions Response Program (MMRP) at Former Fort Ord SATOC
Active
Contract Opportunity
W91238-22-R-0025
Related Notice
Contract Line Item Number
Department/Ind. Agency
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Nov 18, 2022 01:44 pm EST
  • Original Published Date:
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    CA 93955
    USA
Description

W9123822S0020 W9123822R0025 - Single Award Task Order Contract (SATOC) for the Military Munitions Response Program (MMRP) at Former Fort Ord, California, AND Seed Task Order for MEC Remedial Actions at UNITS A, 17 and 31 at the Former Fort Ord Base Realignment and Closure (BRAC) site.



The Government intends to solicit a soliciation as a 8(a) set-aside with the intent of awarding a base IDIQ contract with a five-year ordering period. The seed task order for the MEC Remedial Action will have a three-year base period of performance and may be extended by six months. The IDIQ contracts and subsequent task orders are expected to be either Cost Reimbursible or Firm- Fixed Price (FFP) (or a combination thereof) based on the government’s assessment of risk. The SEED Task order will be a Cost Plus Fixed Fee (CPFF) and Firm Fixed Price (FFP) ‘hybrid” acquisition. Subsequent Task Orders may be either FFP or CPFF or both.



The objective of the base SATOC acquisition is to award one Indefinite Delivery Indefinite Quantity (IDIQ) contract to the offeror demonstrating competence in a wide range of environmental services at various known or suspected MMRP sites and Hazardous and Toxic, (HTW) sites in the Western U.S. In order to be eligible to bid on a task order under the IDIQ, the Contractor, or Subcontractor in charge of performing any geophysical work, must be accredited in accordance with the Department of Defense Advanced Geophysical Classification Accreditation Program (DAGCAP). DAGCAP accreditation and AGC requirements shall be in compliance with the Office of the Secretary of Defense Policy Memo dated 11 April 2016 and the FUDS AGC Policy Memo dated 6 January 2017.



Project Description:



The environmental clean-up service provided within this Indefinite Delivery Contract (IDC) will consist of work necessary to continue the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) Remedial Action for the Impact Area of the Former Fort Ord. The PWS includes project management, planning, CERCLA document preparation, Department of Defense Explosives Safety Board (DDESB) document preparation, annual surface monitoring, munitions response support, MEC investigation, munitions security guarding, field reconnaissance, unexploded ordnance (UXO) technical support (both for escorts in required areas and construction support), illegal encampment cleanup, engineering evaluations, geophysical surveys, contaminated soil investigation, data management, license maintenance for and weekly inspections of the explosives storage location (ESL), prescribed burn support, consolidated detonations and blow-in-place operations as needed, installation support, community relations support, and reporting. Award will be made as a FFP and/or CPFF (completion) Task Orders during the period of performance. This contract type was chosen because the prescribed burning and surface/subsurface munitions removal/remedial action tasks require a Cost Reimbursable approach due to the near impossibility of accurately estimating component costs, whereas all other tasks are amenable to a Fixed Price approach. This SATOC will be a five-year contract, with no option years. The period of performance for task orders issued under this SATOC may extend beyond the five-year ordering period.



Additional Information:



NAICS: 562910 - Environmental Remediation Services with a size standard of 750 Employees



Product Service Codes (PSC): F108, Environmental Systems Protection- Environmental Remediation



The solicitation is anticipated to be issued through the Governmentwide Point of Entry (GPE) (www.SAM.gov) on or about December 22, 2022.



Please do not request a copy of the solicitation, or additional plans and specifications, as they are not currently available. Draft plans and specifications will be made available for inspection without charge after the solicitation is released, when requested and delivered by electronic mail and/or data interchange. The solicitation will be made available without charge when accessed through the GPE or requested and delivered by electronic mail and/or data interchange.



PLEASE NOTE: this project and/or the proposed solicitation and contract action may be changed, delayed, or canceled at any time.


Contact Information
Primary Point of Contact
Secondary Point of Contact
History

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 >