$249M IDIQ MATOC for Environmental Remediation Services (ERS) - Small Business (SB) Set-Aside
ID: W9128F24R0012Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, USA

NAICS

Remediation Services (562910)

PSC

OTHER ENVIRONMENTAL SERVICES (F999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a $249 million Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on Environmental Remediation Services (ERS), specifically set aside for small businesses. This procurement aims to engage up to eight qualified contractors to provide a range of environmental services, including site assessments, hazardous waste treatment, and compliance with environmental regulations such as RCRA and CERCLA, within the Northwestern Division District. The contract emphasizes the importance of effective environmental remediation in safeguarding public health and restoring contaminated sites. Proposals are due by October 9, 2024, at 2:00 PM CST, and interested firms can reach out to Jennifer Gilbreath at jennifer.c.gilbreath@usace.army.mil or Tyler P. Hegge at tyler.hegge@usace.army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Firm Fixed Price Spreadsheet for the federal RFP W9128F24R0012, valued at $249M for a Small Business Environmental Remediation Services Multiple Award Task Order Contract (SB ERS MATOC). It details labor, equipment, material, travel, and subcontract costs across multiple contract years, including Base Years 1 to 5 and Option Years 1 and 2, along with a 6-month extension. Each base year includes a comprehensive list of labor positions along with their respective hours and estimated costs, which totals $63,460. Additionally, equipment and material costs are set consistently at $24,000 per year, while travel costs fluctuate based on specified rates for airfare, lodging, meals, and private auto travel. Subcontract costs are noted, maintaining a total project expenditure excluding profit. Key notes emphasize that specific government-provided costs, such as materials and travel, should remain unchanged by the offeror. Markup rates for indirect costs and labor must align with pre-established binding hourly labor rate schedules. The overall structure aids in presenting a systematic approach for firms in responding to the contract proposal while ensuring compliance with government regulations and pricing standards.
    The NAVFAC/USACE Past Performance Questionnaire (PPQ-0) is designed for contractors to evaluate and document performance on government contracts. The form requires contractors to provide detailed information about their firm, contract specifics, and a project description, including the complexity of work and relevance to the new submission. Clients fill out sections concerning their role in the project and provide an evaluation of the contractor's performance in various areas such as quality, schedule adherence, customer satisfaction, and financial management. Performance is rated on a scale from Exceptional to Unsatisfactory, with clear criteria for each rating level. Client feedback plays a crucial role, covering factors like technical data quality, compliance with schedules, contractor cooperation, safety adherence, and overall satisfaction. The final rating reflects the contractor's ability to manage and execute project tasks effectively. Ultimately, this questionnaire aids in assessing a contractor's past performance, which informs government decisions during the RFP process, ensuring only capable firms are considered for future projects.
    This document outlines the qualifications and experience of a candidate for a government position related to environmental projects. It details the candidate's education, professional registrations, total years of environmental experience, and specific government project experience. The candidate has completed several projects, including their start and completion dates, costs, and the nature of their roles and responsibilities. The file emphasizes the importance of past performance with relevant projects highlighted for review. The inclusion of professional certifications and their statuses demonstrates the candidate's commitment to meeting regulatory requirements. The structured format allows for a clear presentation of the candidate's credentials, showcasing their readiness for the proposed job title. This information is critical in the context of federal and state RFPs, as it provides evaluators with essential insights into the candidate's qualifications for specific projects within government frameworks, ensuring compliance and effectiveness in their proposed environmental duties.
    This document outlines Solicitation W9128F24R0012, issued by the U.S. Army Corps of Engineers for an Indefinite Delivery/Indefinite Quantity (ID/IQ) Multiple Award Task Order Contract (MATOC) focused on Environmental Remediation Services (ERS). It includes a total estimated contract capacity of $249 million, comprising a five-year base period, with options for an additional two years and a six-month extension. The awarded services will adhere to various environmental laws, including RCRA and CERCLA, and encompass a range of tasks from site assessments and investigations to hazardous waste treatment and remediation efforts. Bidders must provide maximum binding hourly labor rates, a cost tracking system compliant with federal standards, and demonstrate capabilities to manage complex tasks at multiple sites simultaneously. The contract emphasizes performance-based task orders and requires submission of various quality assurance and project management plans, including health and safety protocols. Overall, this solicitation seeks to engage qualified contractors to support the Army Corps of Engineers in addressing environmental contamination effectively and sustainably.
    The U.S. Army Corps of Engineers (USACE), Omaha District, is soliciting proposals for an Environmental Remediation Services (ERS) Multiple Award Task Order Contract (MATOC) with an estimated capacity of $249 million. This solicitation is focused on small business firms and aims to award multiple contracts, with plans to select a target of eight contractors. The solicitation has been amended to update Sections L and M, including alteration in references that are cited in red. The document outlines proposal requirements, emphasizing submission both electronically and using specific formats to facilitate evaluation. The evaluation of proposals will consider past performance, organizational structure, and the qualifications of key personnel, with the government prioritizing technical merit over cost. Contractors are required to demonstrate relevant past projects, compliance with safety regulations, and effective management strategies. The proposals are to be submitted electronically in two volumes: a technical proposal and required documents, followed by cost information. The decision regarding contract awards will be based on best value to the government, factoring in price and performance capacity, with awards likely made without discussion unless necessary. This initiative reflects USACE's commitment to performing essential environmental remediation tasks efficiently and effectively within a structured bidding process.
    This document is a solicitation, offer, and award for a government contract for Environmental Remediation Services (ERS). The contract is an Indefinite Delivery/Indefinite Quantity (ID/IQ), Multiple Award Task Order (MATOC) contract for a period of five years, with an optional two-year period and a 6-month extension. The contract requires the contractor to provide a wide range of environmental remediation services, including assessment, investigation, feasibility studies, and site remediation, at various hazardous waste sites. The contract will be awarded under NAICS Code 562910 and is estimated to have a contract capacity of $249 million.
    This government contract solicitation outlines an Indefinite Delivery/Indefinite Quantity (ID/IQ) Multiple Award Task Order Contract (MATOC) for Environmental Remediation Services (ERS) under NAICS Code 562910, in support of the U.S. Army Corps of Engineers (USACE). The estimated contract capacity is $249 million, with a five-year base ordering period and two optional years, potentially extendable. It allows for both Firm-Fixed Price (FFP) and cost-reimbursement task orders. Contractors must provide comprehensive environmental services, including assessments, inspections, remedial investigations, and compliance with applicable environmental laws such as RCRA and CERCLA. Key requirements include binding hourly labor rates and a structured cost-tracking system for task orders, ensuring adherence to federal regulations. Each task order will delineate specific requirements, with monitoring by the USACE. The contract mandates that contractors possess relevant experience with remediation of hazardous waste sites and emerging contaminants. Collaboration with subcontractors is permitted, and all operational plans must comply with safety and health standards. This solicitation demonstrates the federal government's commitment to restoring and safeguarding environmental sites while ensuring quality and fiscal responsibility through precise procurement practices.
    Similar Opportunities
    $49M Small Business Environmental Remediation Services SATOC - East
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Omaha District, is seeking qualified small businesses to provide Environmental Remediation Services under a $49 million Indefinite Delivery/Indefinite Quantity (ID/IQ) Single Award Task Order Contract (SATOC). The contract will focus on Military Munitions Response Program capabilities and will support operations across the Continental United States, Alaska, Hawaii, and U.S. Territories, with a primary emphasis on the eastern half of the United States. This procurement is critical for addressing environmental remediation needs, ensuring compliance with federal regulations, and safeguarding public health and safety. Interested parties must submit proposals by the revised deadline of October 7, 2024, and can direct inquiries to Michelle Alcover-Montalvo at michelle.m.alcover@usace.army.mil or by phone at 803-413-6056.
    Presolicitation Synopsis for the Indefinite-Delivery, Indefinite-Quantity (IDIQ), Multiple-Award Task Order Contract (MATOC) pool for Nationwide Environmental Remediation Services (ERS) primarily focused on Heavy Metals Remediation in Support of ARIMD
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Louisville District, is preparing to issue a Request for Proposal (RFP) for an Indefinite-Delivery, Indefinite-Quantity (IDIQ), Multiple-Award Task Order Contract (MATOC) pool focused on Nationwide Environmental Remediation Services, primarily targeting Heavy Metals Remediation in support of the Army Reserve Installation Mission Directorate (ARIMD). The procurement aims to award up to five contracts, each with a five-year ordering period, under the NAICS code 562910 for Environmental Remediation Services, with a total contract capacity not exceeding $245 million. This initiative is critical for addressing environmental concerns related to heavy metals, ensuring compliance with environmental regulations, and supporting military readiness. Interested contractors should prepare for the anticipated solicitation release in the fourth quarter of FY24 and can direct inquiries to Kurt Egner at kurt.m.egner@usace.army.mil or by phone at 502-315-7050.
    Sources Sought - USACE - POHMMRP
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) is conducting market research for the Military Munitions Response Program (MMRP) and is seeking responses from small businesses for a potential Multiple Award Task Order Contract (MATOC) for the Honolulu District. The procurement aims to establish Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to provide Environmental Compliance and Remediation Services (ECRS) and other munitions-related services necessary for safe land and water use. This initiative is crucial for ensuring environmental safety and compliance in areas affected by conventional munitions. Interested parties can contact Keiara Roberson at keiara.d.roberson@usace.army.mil or Kijafa Johnson-Cooper at kijafa.t.johnson-cooper@usace.army.mil for further information. The total program capacity for all awarded contracts is estimated at $46 million, with a contract duration of five years, including a 24-month base period and two option periods.
    Indefinite Delivery Indefinite Quantity (IDIQ) Design Build and Design Bid Build Multiple Award Task Order Contract (MATOC) to support construction requirements for the Energy Resilience and Conservation Investment Program (ERCIP) Nationwide.
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers (USACE) Louisville District, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) to support construction requirements under the Energy Resilience and Conservation Investment Program (ERCIP) nationwide. This procurement aims to award up to twelve contracts for design-build and design-bid-build projects focused on mechanical, electrical, and civil work, including infrastructure and microgrid construction, primarily within the contiguous United States and Puerto Rico. The total contract capacity is set at $2 billion, with a base ordering period of three years and seven optional years, emphasizing the government's commitment to enhancing energy resilience while providing opportunities for both large and small businesses. Interested vendors must submit proposals by October 7, 2024, at 2:00 PM EDT, and are encouraged to register for a virtual preproposal conference scheduled for September 12, 2024, by contacting Blake Gevedon at william.b.gevedon@usace.army.mil.
    U.S. Army Environmental Command (USAEC) Environmental Data Management System (EDMS)
    Active
    Dept Of Defense
    The U.S. Army Environmental Command (USAEC) is seeking proposals for the Environmental Data Management System (EDMS) to support environmental programs across multiple military installations, including Joint Base Lewis-McChord, Fort Hunter Liggett, and Yakima Training Center. The primary objective is to establish a secure and fully functional database portal that enables real-time data management and reporting of water testing results, particularly concerning contaminants like Per- and Polyfluoroalkyl Substances (PFAS). This initiative is crucial for ensuring environmental stewardship and compliance with federal regulations, facilitating transparent communication with stakeholders and decision-makers. Proposals are due by September 23, 2024, with an anticipated contract value between $1 million and $5 million. Interested parties should direct inquiries to Tracey Neal at tracey.neal@usace.army.mil or Robert Marsh at robert.g.marsh@usace.army.mil.
    Sources Sought Announcement for Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for the US Army Corps of Engineers (USACE) New York District (NAN).
    Active
    Dept Of Defense
    The United States Army Corps of Engineers (USACE) New York District is conducting a Sources Sought Announcement for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) aimed at facilitating construction, renovation, and repair projects at military and federal facilities primarily within New York and New Jersey. This procurement seeks to gather information from both small and large businesses to assess interest and capabilities for executing Design-Build and Design-Bid-Build projects, with anticipated task orders ranging from $10 million to $100 million. The MATOC will encompass a variety of projects, including environmental restoration and infrastructure improvements, with a total shared capacity estimated between $250 million and $495 million over a five-year period. Interested contractors should submit their capabilities packages to Nicholas P. Emanuel at nicholas.p.emanuel@usace.army.mil, with the solicitation expected to be issued around Q1 2025.
    Engineering and Construction Management Services for Various Civil Works, Environmental, Department of Energy and Military Projects assigned to the Huntington District, US Army Corps of Engineers, Great Lakes and Ohio River Division
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers' Huntington District, is seeking qualified small business sources to provide engineering and construction management services for various civil works, environmental, Department of Energy, and military projects. The procurement aims to identify firms capable of delivering specialized training and experience in nuclear and environmental engineering, as well as construction disciplines, for multi-million dollar projects, including decommissioning and environmental remediation efforts. This opportunity is critical for ensuring the effective management and execution of complex engineering tasks across multiple districts, with a potential contract value of approximately $18 million over one year. Interested firms must submit their qualifications electronically to Leslie Rowe at leslie.a.rowe@usace.army.mil by the close of business on September 30, 2024.
    SOUTH ATLANTIC DIVISION REGIONAL SMALL BUSINESS MULTIPLE AWARD TASK ORDER CONTRACT FOR MAINTENANCE DREDGING
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Jacksonville District, is seeking qualified small businesses for a Multiple Award Task Order Contract (MATOC) focused on maintenance dredging within the South Atlantic Division (SAD) boundaries. The contract aims to establish a pool of contractors capable of performing dredging and surface cleanup activities, with a maximum combined capacity of $400 million and individual task orders valued between $1 million and $25 million. This procurement is critical for maintaining navigable waterways and supporting environmental management efforts in the region. Interested vendors must register on the Sam.gov website to receive updates and submit proposals by the due date of September 16, 2024, following the solicitation release on August 15, 2024. For further inquiries, contact Timothy Humphrey at 904-232-1072 or via email at TIMOTHY.G.HUMPHREY@USACE.ARMY.MIL.
    $98M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) New Orleans District, Mississippi Valley Division – USACE
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking a $98M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) for the New Orleans District, Mississippi Valley Division – USACE. This contract is a 100% Small Business Set-Aside and will be used for various types of repair and maintenance of real property and construction services within the Mississippi Valley Division area of responsibility. The contract will have an ordering period of five years and task orders will range between $2.5K and $25M. The official solicitation is expected to be posted on or about 11 June 2023 on the SAM website. Contractors must register on SAM to download the solicitation.
    ENVIRONMENTAL RESTORATION A-E, NAVFAC NW
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Northwest, is seeking qualified architect-engineering firms to provide environmental restoration services under a firm fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. The contract, with a maximum potential value of $50 million over a five-year term, aims to address various environmental restoration projects primarily in Washington, but also across several states including Alaska, Idaho, and Montana. Interested firms, particularly certified small businesses such as HUBZone, 8(a), SDVOSB, and Woman-Owned entities, must submit a capabilities statement detailing their experience, personnel qualifications, and capacity to perform the required services by September 18, 2024. For further inquiries, interested parties can contact Charlie McAvoy at charles.l.mcavoy.civ@us.navy.mil or Kimberly A. Gillette at kimberly.a.gillette4.civ@us.navy.mil.