Toggle navigation
Solicitation
Search
Lookup
Product/Service Codes
NAICS
Documentation
Training and Resources
Exit
W912QR22R0056: Jacobsville Environmental Remediation Services
Solicitation
Solicitation Number
Public Posting Link
Copy To Clipboard
Notice Type
Response Date
Response Date Time Zone
--- Please Select ---
Eastern Standard Time (-05:00)
Set Aside Code
N/A
Total Small Business Set-Aside
Partial Small Business Set-Aside
8(a) Set-Aside
Historically Underutilized Business (HUBZone) Set-Aside
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside
Women-Owned Small Business (WOSB) Program Set-Aside
Economically Disadvantaged WOSB (EDWOSB) Program Set-Aside
8(a) Sole Source
Historically Underutilized Business (HUBZone) Sole Source
Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source
Women-Owned Small Business (WOSB) Program Sole Source
Economically Disadvantaged WOSB (EDWOSB) Program Sole Source
Local Area Set-Aside
Competitive 8(a)
Economically Disadvantaged Woman Owned Small Business
Emerging Small Business
HUBZone
Partial HBCU / MI
Partial Small Business
Service-Disabled Veteran-Owned Small Business
Total HBCU / MI
Total Small Business
Veteran-Owned Small Business
Woman Owned Small Business
Primary Contact Name
Description
The 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 Appendix O 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.
Solicitation Details
Subject
Posting Date
Archive Date
Product or Service Code
NAICS
Place of Performance Zip Code
Place of Performance Address
Recovery Act
Yes
No
Contract Information
Contracting Office DoDAAC
--- Please Select ---
W912QR
Contracting Office Name
Contracting Office Address
KO CONTRACTING DIVISION 600 DR MARTIN LUTHER KING JR PL LOUISVILLE KY 40202-2230 LOUISVILLE KY 40202-2230 USA
Attachments
Name
Number
File/URL
Date
Document Type
Include in Response
Attachment B - Design_drawings_April_2022
Design_drawings_April_2022.pdf
2022-09-22
Attachment
No
Attachment C - Jacobsville_P6_7_APP
Jacobsville_P6_7_APP.pdf
2022-09-22
Attachment
No
Attachment D - Jacobsville_P6_7_DMP
Jacobsville_P6_7_DMP.pdf
2022-09-22
Attachment
No
Attachment E - Jacobsville_P6_7_HASP
Jacobsville_P6_7_HASP.pdf
2022-09-22
Attachment
No
Attachment F - Jacobsville_P6_7_QAPP_Addendum
Jacobsville_P6_7_QAPP_Addendum.pdf
2022-09-22
Attachment
No
Attachment G - Jacobsville_P6_7_QCP
Jacobsville_P6_7_QCP.pdf
2022-09-22
Attachment
No
Attachment H - Jacobsville_P6_7_RAWP
Jacobsville_P6_7_RAWP.pdf
2022-09-22
Attachment
No
Attachment I - Jacobsville_P6_7_SAP_FSP
Jacobsville_P6_7_SAP_FSP.pdf
2022-09-22
Attachment
No
Attachment J - Jacobsville_P6_7_SMP
Jacobsville_P6_7_SMP.pdf
2022-09-22
Attachment
No
W912QR22R0056
W912QR22R0056.pdf
2022-09-22
Attachment
No
PIEE_Solicitation_Module_Vendor_Access_Instructions
PIEE_Solicitation_Module_Vendor_Access_Instructions.pdf
2022-09-22
Attachment
No
SOP_PIEE_ProposalManager_Offeror_
SOP_PIEE_ProposalManager_Offeror_.pdf
2022-09-22
Attachment
No
Attachment_A___Price_Breakout_Schedule
Attachment_A___Price_Breakout_Schedule.xlsx
2022-10-12
Attachment
No
Attachment_K___CLEANUP_Subcontractor_Contact
Attachment_K___CLEANUP_Subcontractor_Contact.pdf
2022-10-12
Attachment
No
Please Wait
Session Timeout