Access Denied!!!

It appears that you are using a private browser which blocks some scripts necessary for this page to function properly. As a result, you may experience limited functionality or the page may not work at all.

To access this page, please consider using a different browser or switch to the standard version of Firefox.

Thank you for your understanding.

Access Full Project

Publicly Funded

Privately Funded

Bidding Soon

Documents Available

Addenda Available

Post-Bid

Post-Bid

Saving Project...

Full details on over 250,000 Projects including 2000 updated daily available to subscribers

August 28, 2023

September 28, 2023

August 12, 2027

Multiple Locations

Service, Maintenance and Supply

No Information to Display

No Information to Display

Public - Federal

img_map_placeholder

Multiple Locations, Barrio Obrero, PR

Subscribe to View Full Documents

The United States Army Environmental Command (USAEC) has a need to re-procure a performance-based Multiple Award Indefinite Delivery/Indefinite Quantity (MAIDIQ) contract which shall consist of a small business (SB) suite and an unrestricted business (UB) suite to provide a broad-spectrum of environmental remediation services at various Installations/locations throughout the contiguous United States (CONUS) to include Puerto Rico, Hawaii, Alaska and United States (U.S.) territories. The anticipated work will include a wide range of evaluation, investigation, and other remediation services required for sites involving hazardous/toxic waste. The work to be performed includes munitions response activities that may involve the remediation and the disposition of munitions and explosives of concern (MEC), which includes unexploded ordnance (UXO), discarded military munitions (DMM), and munitions constituents (MC). In addition, the contractor shall perform Operational Range Assessments (ORA) on operations ranges to provide information on potential migration of munitions constituents of concern (MCOC) of operational ranges (necessary to support continuity of training and testing). The work shall not include chemical warfare material (CWM) work; however, the contractor shall be familiar with and be able to recognize CWM to be able to stop work and notify the Army of these potential hazards 1. Proposal Submission Instructions. Proposals shall be submitted electronically via email to the Contract Specialist, Mr. Richard J. Stohr, richard.j.stohr2.civ@army.mil and Contracting Officer, Ms. Sylvia Farmer, sylvia.farmer.civ@army.mil and are due no later than the time and date specified in Block 8 on the standard form (SF) 1449. In accordance with (IAW) Federal Acquisition Regulation (FAR) 52.212-1(f), offerors are responsible for submitting proposals, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation, which is designated above as the Contract Specialist's email inbox, richard.j.stohr2.civ@army.mil and Contracting Officer, Ms. Sylvia Farmer, sylvia.farmer.civ@army.mil, by the time and date specified in Block 8 on the SF1449. Any proposal, modification, revision, or withdrawal of a proposal received in the Contract Specialist's email inbox, richard.j.stohr2.civ@army.mil and Contracting Officer, Ms. Sylvia Farmer, sylvia.farmer.civ@army.mil, after the exact time specified for receipt of proposals is "late" (See FAR 52.212-1(f)(2) for further information regarding late proposals). Offer, as the term is used here, means ALL volumes and/or parts of the Request for Proposal (RFP). Large files may need to be submitted through multiple emails. The maximum email size limit is 25MB; however, Offerors are cautioned that this number may be lower than 25MB. Accordingly, offerors are advised to transmit their proposals sufficiently in advance of the due date to allow for timely receipt by the Government. Offerors are hereby notified that the Government will not reimburse costs incurred for proposal preparation., Offerors may raise technical questions they may have about the required effort during the site tour. Offerors may not rely on verbal responses to questions but must submit all questions in writing. Material issues raised concerning the required effort that result in changes to the RFP will be resolved through written Amendments. Oral statements or instructions shall not constitute an amendment to the RFP. Fort Carson and For Irwin Site Information. Government Furnish Information (GFI) pertaining to Fort Carson and Fort Irwin sites will be mailed to the offerors in a CD due to the size of these files thus please submit a valid and current shipping address to richard.j.stohr2.civ@army.mil as soon as possible but no later than five days after release of the RFP. It is best to have this information prior to the site visit.

5 Record(s)

Subscribe to Get All Contact Details

Trades

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet
Subscribe to See All Trade Details

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.