Environmental Support Services (ESS) MATOC Jun 22,
ID: W911KB24R0033Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SN ENDIST ALASKAANCHORAGE, AK, 99506-0898, USA

NAICS

Environmental Consulting Services (541620)

PSC

OTHER ENVIRONMENTAL SERVICES (F999)

Set Aside

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

    The US Army Corps of Engineers (USACE) is seeking up to four small businesses to provide environmental support services primarily in Alaska and the wider Pacific Ocean Division (POD) area, which includes Hawaii, Japan, Korea, and the Pacific Islands.

    This Multiple Award Task Order Contract (MATOC) has a total shared capacity of $48 million and aims to support environmental conservation, compliance, and operations across the USACE area of responsibility. The services required include pollution prevention, maintenance activities, and executing projects related to environmental quality.

    The scope of work for awardees will be defined by individual task orders, with key tasks including environmental assessment, conservation efforts, and supplying and installing infrastructure for transportation projects, always adhering to military requirements and environmental considerations.

    Contractors will be expected to deliver a comprehensive range of services and must be able to quickly mobilize and work effectively within the specified geographic locations. Key personnel required include experts in fields such as chemistry, engineering, and cultural resources management.

    The USACE is looking for businesses that can demonstrate relevant technical expertise, a strong past performance record, and cost-effectiveness. Proposals should be submitted in two volumes: Volume 1 covering technical capability, past performance, organization details, and key personnel, while Volume 2 addresses pricing and pre-award information.

    With a firm-fixed price for each task order, the maximum contract value is capped at $48 million over five years, with an additional maximum order amount of $2 million for each task order. A minimum guarantee of $5,000 applies for the entire contract period.

    The submission deadline is 31 July 2024, and contracts are expected to commence on 1 October 2024. Offerors must submit their proposals electronically and should direct any queries to the named points of contact, Phil Charles or Derek Hitt, using the provided email or phone details.

    Files
    Title
    Posted
    The government seeks to construct an all-season road providing year-round access to the Tanana Flats Training Area (TFTA) and the Blair Lakes Range Complex (BLRC). The 25-mile road is crucial for military training and access to key terrain, especially during the non-frozen season. Currently, access to the TFTA is limited, relying on aircraft and low ground pressure vehicles. The BLRC, accessible only via weekly flights and a biannual ice road, would benefit from more efficient year-round access. This procurement requires the contractor to perform an Environmental Assessment (EA) for the road's construction, adhering to the National Environmental Policy Act of 1969 and relevant Army regulations. The EA will analyze environmental and socioeconomic impacts, focusing on safety, minimizing impacts on sensitive resources like wetlands and permafrost, and maximizing the suitability of soils for mechanized maneuver. Contractors will need to coordinate with multiple agencies and rely on existing studies and surveys, with the goal of developing an EA leading to a Finding of No Significant Impact (FONSI). Key dates include a contract kick-off meeting and submission deadlines for draft deliverables. The evaluation of proposals will consider technical approach, past performance, and cost, with a focus on the thoroughness and accuracy of the EA.
    The United States and the Republic of Korea have entered into a defensive pact, officially titled the "Defense Special Measures Agreement." This legally binding agreement, effective from January 1, 2019, solidifies the nations' commitment to mutual defense and security. According to its terms, the Republic of Korea will contribute financially to the upkeep and enhancement of the American military presence within its borders. This is a significant development, underscoring the importance of the bilateral relationship and joint defense objectives. The agreement itself outlines the terms of this arrangement, providing a comprehensive framework for financial contributions and outlining methods to enhance cooperation. This pact reinforces the strategic alliance between the two nations, proactively addressing shared security challenges.
    The United States and Japan have signed an agreement regarding the status of U.S. armed forces in Japan. This agreement, effective from April 2022 to March 2027, outlines Japan's commitment to bearing the costs of various expenditures related to the maintenance of these forces. This includes wages and allowances for workers, utilities, and costs related to training and procurement. The agreement aims to ensure stable employment for Japanese workers supporting the U.S. military and contribute to the security alliance between the two countries. Critical dates include the agreement's signing in January 2022 and its entry into force in April 2022. Additionally, there is a note about an amendment signed in February 2021 that adjusts some of the provisions.
    The government aims to improve transportation infrastructure along TFTA's all-season road, Tanana River Bridge, and winter trails. Several locations require attention, including Dry Creek and low water crossings. The focus is on enhancing accessibility and safety. The work involves constructing bridges, road maintenance, and reconfiguring trails. Key tasks include supplying and installing infrastructure, with strict attention to military requirements and environmental considerations. The project has an elliptical theme and uses specific datums and coordinates. Contractors will face a tight deadline, with proposals evaluated based on their experience and ability to execute the complex work accurately. The approximate value of this job is between $200,000 and $300,000.
    The primary objective of this procurement is to secure environmental quality services for the U.S. Army Corps of Engineers (USACE) Alaska District. The contract, a multiple award task order contract (MATOC), seeks to support environmental conservation, compliance, pollution prevention, and operations and maintenance activities. Primarily, the contract aims to provide a flexible framework for issuing task orders for various environmental services across Alaska and the Pacific Ocean Division (POD) area, including Hawaii, Japan, Korea, and the Pacific Islands. Technical requirements and scopes of work will be defined in individual task orders. However, the contract specifies key personnel and their required qualifications, including a program manager, project managers, program chemist, project scientists/engineers, natural resource specialists, and a site safety and health officer. The contract also outlines requirements for data management, quality control, licensing, and insurance. Firm-fixed pricing will be determined for each task order, with a maximum contract value of $48 million over five years. Critical dates include the submission deadline of 31 July 2024, and the contract's performance period is expected to begin on 1 October 2024. Evaluation criteria will consider past performance and technical merit, with a focus on environmental quality expertise, and cost-effectiveness will be used to determine the best value for the government.
    The government seeks up to four Small Business contractors for Environmental Support Services via multiple award task order contracts (MATOC). The total shared capacity is valued at $48 million to support the US Army Corps of Engineers (USACE) Alaska district. The solicitation extends the response deadline to August 5th, 2024. Offerors must provide a technical approach for a fixed-price seed task order, detailing resource allocation, schedules, and compliance. Past performance on environmental quality projects, organizational structure, and resumes for key personnel are required. Volume II focuses on pricing for the seed task order and pre-award information, including a price proposal, SF33 form, labor rates, and financial statements. Key evaluation criteria include technical capability, past performance, organization and key personnel, and price. Offerors must meet stringent requirements or risk exclusion. The contract type is firm-fixed-price (FFP), with an estimated value of $48 million shared among multiple awardees. Submissions are due by August 5th, 2024.
    The government seeks up to four small businesses to provide environmental support services under a Multiple Award Task Order Contract (MATOC) for the U.S. Army Corps of Engineers (USACE) Alaska district. The total shared capacity for these services is valued at $48 million. Businesses must assent to the terms and conditions outlined in the RFP to be considered. Volume I of the proposal focuses on the offerors' technical capability and past performance. Offerors should provide a narrative describing their approach to a fixed-price seed task order, identifying potential risks and how they would be addressed. Details on up to six environmental quality projects, along with past performance questionnaires or Contractor Performance Assessment Reporting System (CPARS) evaluations, are required for past performance assessment. Volume I also demands an organizational approach narrative, an organizational chart, and resumes for key personnel. Volume II relates to other pre-award information and pricing. Offerors must submit a price proposal for the seed task order, applying fully burdened labor rates and including costs for general administration, materials, supplies, equipment, and travel. Non-pricing elements include a completed Standard Form 33, representations and certifications, and joint venture agreements or similar documents. The procurement aims to award multiple Indefinite-Delivery/Indefinite-Quantity contracts, with an estimated value of up to $48 million each, for environmental support services. Offerors must submit their proposals electronically by 21 June 2024, acknowledging receipt and understanding of the solicitation's terms.
    The primary objective of this procurement is to secure environmental support services for the U.S. Army Corps of Engineers (USACE) Alaska District. The contract will be structured as an Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) with a total shared capacity of $48 million. Offerors must assent to the terms and conditions outlined in the Request for Proposal (RFP) without exception. The RFP seeks experienced small businesses to provide a comprehensive range of environmental quality services. This includes environmental consulting, compliance, conservation, and operations and maintenance support. Firms will be evaluated based on their technical capability, past performance, organization and key personnel, with additional assessment criteria for volume II. Task orders will be issued throughout the USACE Pacific Ocean Division (POD) Area of Responsibility, encompassing Alaska, Hawaii, Japan, Korea, and the Pacific Islands. The performance period for each task order is expected to vary, with a maximum order amount of $2 million, and overall task order performance limited to one year beyond the last date of ordering under the MATOC. Firm-fixed-price task orders will be authorized by the Contracting Officer, with a minimum guarantee of $5,000 for the entire contract period. Key dates include a ten-calendar-day period for offerors to submit questions prior to the proposal due date, and the proposal due date itself, which is yet to be determined. Offerors must submit their proposals electronically through the specified PIEE Solicitation Module, with volume I focusing on technical capability, past performance, organization, and key personnel, while volume II addresses price and other pre-award information.
    The amendment increases the maximum contract value from $2 million to $5 million while extending the ordering period. It modifies the general scope of work, key personnel requirements, and the ordering procedures under the existing contract for environmental support services. The contract aims to provide environmental quality support services, primarily in Alaska and the U.S. Army Corps of Engineers' Pacific Ocean Division (POD) Area of Responsibility. Services include environmental conservation, compliance, pollution prevention, and operations and maintenance. Key personnel requirements include a Program Manager, Project Managers, Program Chemist, Project Scientists/Engineers, Natural Resources Specialist, Cultural Resources Specialist, and Safety and Health Officer. Their expertise should cover areas like chemistry, engineering, biology, and cultural resources management. Offerors are required to submit proposals in two volumes. Volume 1 should cover technical capability, past performance, organization details, and key personnel resumes. Volume 2 should include pricing information, a Firm Fixed-Price (FFP) proposal for a seed task order, and other pre-award details like representations and certifications. The government will evaluate proposals based on factors like technical approach, past performance, organization and key personnel, and price. Offerors must strictly adhere to the specified page limits for each section. Critical dates include the bid deadline and expected contract commencement date.
    Similar Opportunities
    $249M IDIQ MATOC for Environmental Remediation Services (ERS) - Small Business (SB) Set-Aside
    Active
    Dept Of Defense
    The Department of Defense, specifically 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) for Environmental Remediation Services (ERS), set aside for small businesses. This procurement aims to secure comprehensive environmental services, including assessments, inspections, and remedial investigations, in compliance with federal environmental laws such as RCRA and CERCLA. The contract will support the restoration and safeguarding of environmental sites, reflecting the government's commitment to quality and fiscal responsibility in environmental management. Proposals are due by October 9, 2024, at 2:00 PM CST, and interested parties can contact Jennifer Gilbreath at jennifer.c.gilbreath@usace.army.mil or Tyler P. Hegge at tyler.hegge@usace.army.mil for further information.
    Civil Works MATOC
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Tulsa District, is preparing to solicit for a Multiple-Award Task Order Contract (MATOC) for civil works construction services, with an estimated value of $99.5 million. This Small Business Set-Aside contract aims to support various civil works projects within the Southwestern Division, including the construction, maintenance, and rehabilitation of utilities, roads, and flood control infrastructure. The contract will have a three-year base period with two additional one-year option periods, and the anticipated solicitation issuance date is around September 16, 2024, with proposals due by October 16, 2024. Interested parties can contact Tyler Godwin at tyler.l.godwin@usace.army.mil or Dario Rissone at dario.m.rissone@usace.army.mil for further information.
    $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.
    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.
    Professional Services to Conduct Various Cultural Resources Investigations
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified small businesses to provide professional cultural resources services under a Combined Synopsis/Solicitation for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC). The primary objective is to conduct various cultural resources investigations, including studies, surveys, archival research, and report preparation, to ensure compliance with the National Historic Preservation Act (NHPA) across the Mississippi Valley Division. This contract, valued at a maximum of $20 million over five years, will support the preservation and protection of cultural resources while adhering to federal regulations and best practices in archeological research. Interested firms must submit proposals by 11:00 AM CST on September 11, 2024, and can direct inquiries to Bambi Raja at Bambi.L.Raja@usace.army.mil or Veronica F. Garner-Flint at Veronica.Garner-Flint@usace.army.mil.
    PILE DIKE SINGLE AWARD TASK ORDER CONTRACT
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Portland District, is soliciting proposals for a Single Award Task Order Contract (SATOC) for Pile Dike Services, with a total capacity of $10 million over a five-year period. The contract aims to procure engineering services related to civil works projects, including design, inspections, and compliance with environmental regulations, specifically tailored for river training structures and habitat restoration in Oregon and Washington. This opportunity is significant for firms with expertise in hydraulic, structural, and environmental engineering, as it supports critical infrastructure projects while adhering to high standards of quality and safety. Interested firms must submit their qualifications using the SF 330 form by August 30, 2024, with inquiries directed to Kristel Flores at Kristel.M.Flores@usace.army.mil or Andrea Smothers at Andrea.K.Smothers@usace.army.mil.
    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.
    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.
    U.S. Army Environmental Command (USAEC) Environmental Data Management System (EDMS)
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers is seeking proposals for the Environmental Data Management System (EDMS) to support the U.S. Army Environmental Command (USAEC) 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 environmental testing results, particularly concerning contaminants like Per- and Polyfluoroalkyl Substances (PFAS). This initiative is crucial for maintaining environmental stewardship and ensuring compliance with federal regulations while providing stakeholders with transparent access to critical data. Interested small businesses must submit their proposals electronically by September 19, 2024, and can direct inquiries to Tracey Neal at tracey.neal@usace.army.mil or Robert Marsh at robert.g.marsh@usace.army.mil.
    MATOC set -aside for Small business for General A-E Services
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, New York District, is conducting market research for a Multiple Award Task Order Contract (MATOC) set aside for small businesses to provide general architect-engineer (A-E) services. The procurement aims to identify qualified firms capable of supporting various military construction and non-military programs within the NAN/NAD boundaries, with a total contract capacity not to exceed $50 million over a five-year period. This opportunity is significant as it encompasses a wide range of A-E services, including design, planning, and construction support for projects under $1 million, emphasizing the importance of small business participation. Interested firms must submit their capabilities statements to Stephen DiBari via email within 15 calendar days of the notice, and must clearly identify their business size and relevant experience in similar projects.