Soil Investigation as a Pre-Construction site selection process

Agency: DEPT OF DEFENSE
State: Massachusetts
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159868917698927
Posted Date: Mar 22, 2024
Due Date: Apr 8, 2024
Solicitation No: W911QY-24-R-Soil_Investigation
Source: Members Only
Follow
Soil Investigation as a Pre-Construction site selection process
Active
Contract Opportunity
Notice ID
W911QY-24-R-Soil_Investigation
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-APG
Office
W6QK ACC-APG NATICK
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 22, 2024 12:19 pm EDT
  • Original Date Offers Due: Apr 08, 2024 12:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 23, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: F999 - OTHER ENVIRONMENTAL SERVICES
  • NAICS Code:
    • 562910 - Remediation Services
  • Place of Performance:
    Natick , MA
    USA
Description

The Department of the Army, Army Contracting Command-Aberdeen Proving Ground (ACC-APG), Natick Division (ND), Natick, MA intends to procure soil investigation services as a pre-construction requirement. This acquisition will be in support of the United States (US) Army Garrison.



This is a 100% small business set-aside combined synopsis and solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Request For Proposal (RFP) number is W911QY-24-R-Soil_Investigation.



It is intended to place a single firm fixed priced contract with the winning bidder. A site visit will be held on 3 April 2024, 10am EST at the Soldier Systems Center in Natick MA. The POC for the site visit will be Mr. James Connoly at james.b.connolly.civ@army.mil. Please copy Lyndon Jagroop at lyndon.s.jagroop.civ@army.mil on all correspondence. The NSSC Contractor Site Access Request Form(SOW Attachment 1) shall be completed prior to the site visit. Instructions on how to complete and submit this form are stated on said form. To protect PII, there are two methods of submitting this form. This form can be emailed encrypted to "USARMY Natick SSC IM COM Atlantic List NA TI-Police Visitor Access" at email address usarmy.natick.imcom-atlantic.list.nati-policevisitoraccess@mail.mil.



Alternatively, this form can be faxed to (508) 233-6293. Requests must be received by USAG Natick Police at least 24 hours prior to the visitor's arrival. Upon successful vetting, the visitor will be added to the Daily Access Roster for the date of the visit. The Daily Access Roster is maintained at the Main Gate.



If a visitor has already been vetted within the last 90 days, then send an email request to the above address at least 24 hours prior to the visitor's arrival. Include the visitor's full name, date of visit, time of visit and POC. If the visitor was vetted within the last 90 days, they will be added to the Daily Access Roster. Visitors not vetted within the last 90 days will have to resubmit this form to the USAG Natick Police.



Contact the USAG Natick Police Desk at 508-233-4201, to verify whether or not a visitor has been vetted within the last 90 days. Please direct any questions regarding this process to the USAG Natick Police Desk at 508-233-4201 or Rick Dutkiewicz at 508-233-4099.



All timely offers will be considered, and proposal submission shall be in accordance with Submission Instructions contained herein. Evaluation factors are Technical Capability, Price, and Past Performance. The Government intends to make award to the Offeror whose proposal represents the Best Value to the Government.



This requirement will be a 100% small business set aside. NAICS Code is 562910 Remediation services. Size standard is 1000 employees. The Army’s Office for Small Business Programs concurs with the small business set aside determination. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07. FAR Clauses 52.212-1 through 52.212-5 and DFARS 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (see www.acquisition.gov) apply to this procurement. The Government contemplates an award of a Firm-Fixed-Price Contract resulting from this solicitation. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at the website. Any additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices shall apply. The following addenda or additional terms and conditions apply: In accordance with DFARS Clause 252.211-7003, Unique Item Identifier (UID) applies if the proposed unit price is $5,000 or greater. The UID information must be submitted in WAWF and a UID tag must be affixed to this item prior to shipping (if applicable).



Offers should include price and delivery terms and the following additional information: Cage Code and UEI #.



Submission Instructions:



All other Offerors shall submit a proposal consisting of three sections. These three sections shall be labeled, Section I – Technical Proposal; Section II – Pricing Proposal; and Section III Past Performance. No Pricing Information shall be submitted in Section I.



Evaluation will be in accordance with FAR 52.212-2 Evaluation--Commercial Items and Commercial Services.



(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:




  1. Technical capability of services offered to meet Government requirements:



a) The contractor shall demonstrate their ability to comply with requirements as outlined in the attached Statement of Work.



2. Price: annual labor rate, labor hours, and detailed breakdown of pricing shall be submitted in excel format and signed by the offeror.



3. Past performance:



Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of providing thorough and complete past performance information rests with the Offeror. Offerors shall submit three (3) recent and relevant past performance examples performed within the last three years



Each example shall not exceed two (2) pages and shall include the following:




  1. Contract number, date of award, order number if applicable, CAGE code, DUNS number, and North American Industry Classification System (NAICS) code

  2. Government contracting activity, Contracting Officer name, telephone number, and email address

  3. Government Contracting Officer Representative (COR) and/or technical representative, telephone number, and email address

  4. If Offeror performed as a subcontractor, prime contractor company name, point of contact name, telephone number, and email address in lieu of or in addition to the contact information required in (b) and (c) above

  5. Contract type

  6. Awarded price/cost

  7. Description of the specific tasks or activities performed by the Offeror itself under the contract

  8. Narrative: Offerors shall provide a narrative for each past performance example. The narrative shall describe the contract listed, the contract objectives achieved by the Offeror, and how the contract is relevant to the requirements of this solicitation.





Offerors shall state if they have no recent or relevant past performance.



In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance.



Technical and past performance, when combined, are more important than price.



(b) Options (if applicable). The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).



(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



FAILURE TO SUBMIT A TIMELY PROPOSAL EXACTLY IN ACCORDANCE WITH THE SUBMISSION INSTRUCTIONS MAY RESULT INTHE OFFEROR’S PROPOSAL BEING REJECTED AS UNACCEPTABLE OR NONCOMPLIANT, AND THEREFORE INELIGIBLE FOR AWARD CONSIDERATION.





All questions must be submitted at least 1 week prior to the response date. Questions submitted after this date may not receive a response.



Offers shall be e-mailed to lyndon.s.jagroop.civ@army.mil. The required period of performance for the service mentioned in the SOW shall commence no later than 10 days after the notice to proceed is issued. Offers must be received by 12:00 p.m. Eastern Standard Time on 8 April 2024. Offers received after this date are late and will not be considered for award. For information on this acquisition contact Lyndon Jagroop at lyndon.s.jagroop.civ@army.mil.







Lyndon S. Jagroop



Contracting/Grant/Agreement Officer








Attachments/Links
Contact Information
Contracting Office Address
  • W6QK ACC APG COVID RESPONSE 6472 INTEGRITY COURT BLDG 4401
  • ABERDEEN PROVING GROU , MD 21005-0000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 22, 2024 12:19 pm EDTCombined Synopsis/Solicitation (Original)

Related Document

Mar 29, 2024[Combined Synopsis/Solicitation (Updated)] Soil Investigation as a Pre-Construction site selection process
Apr 2, 2024[Combined Synopsis/Solicitation (Updated)] Soil Investigation as a Pre-Construction site selection process
Apr 3, 2024[Combined Synopsis/Solicitation (Updated)] Soil Investigation as a Pre-Construction site selection process
Apr 4, 2024[Combined Synopsis/Solicitation (Updated)] Soil Investigation as a Pre-Construction site selection process

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 >