Inactive
Notice ID:PANHES19P000004948
The U.S. Army Engineering and Support Center, Huntsville (CEHNC), hereby provides notice of its intent to award modifications to increase the contract ceiling of the current FY14/FY15 Facilities Reduc...
The U.S. Army Engineering and Support Center, Huntsville (CEHNC), hereby provides notice of its intent to award modifications to increase the contract ceiling of the current FY14/FY15 Facilities Reduction Program (FRP) MATOC's by $150 million, from $192 million to $342 million, using other than full and open competition, on the basis of the circumstances identified in 10 U.S.C. 2304(c)(1) and FAR 6.302-1(a)(2)(iii)(A). The capacity increase will be applicable to the remaining option periods of the MATOCs, including the option available under the clause FAR 52.217-8, Option to Extend Services. Current MATOC contracts/contract holders are: W912DY-14-D-0078 - NORTH WIND CONSTRUCTION SERVICES, LLC W912DY-14-D-0079 - BHATE ENVIRONMENTAL ASSOCIATES, INC. W912DY-14-D-0080 - CHARTER ENVIRONMENTAL, INC. W912DY-14-D-0081 - NORTHSTAR DEMOLITION AND REMEDIATION, LP W912DY-14-D-0082 - PERMAFIX ENVIRONMENTAL SVCS W912DY-15-D-0018 - ARS ALEUT REMEDIATION LLC W912DY-15-D-0019 - ADS/TRINITY, LLC, dba ATLANTIC DEMOLITION W912DY-15-D-0020 - ESA SOUTH, INC. W912DY-15-D-0021 - LATA-SHARP REMEDIATION SVCS W912DY-15-D-0023 - NORTH WIND CONSTRUCTION SERVICES, LLC W912DY-15-D-0024 - BHATE ENVIRONMENTAL ASSOCIATES, INC. W912DY-15-D-0025 - CHARTER ENVIRONMENTAL, INC. W912DY-15-D-0026 - NORTHSTAR DEMOLITION AND REMEDIATION, LP W912DY-15-D-0027 - NORTH AMERICAN DISMANTLING CORP W912DY-15-D-0028 - PERMAFIX ENVIRONMENTAL SVCS W912DY-15-D-0068 - ARS ALEUT REMEDIATION LLC W912DY-15-D-0069 - ADS/TRINITY, LLC dba ATLANTIC DEMOLITION W912DY-15-D-0070 - NORTH WIND CONSTRUCTION SERVICES, LLC W912DY-15-D-0071 - BHATE ENVIRONMENTAL ASSOCIATES, INC. W912DY-15-D-0072 - CENTRAL ENVIRONMENTAL, INC. W912DY-15-D-0073 - CHARTER ENVIRONMENTAL, INC. W912DY-15-D-0074 - ENVIRONCON, INC. W912DY-15-D-0075 - ENVIRONMENTAL REMEDIATION SVCS W912DY-15-D-0076 - NORTHSTAR DEMOLITION AND REMEDIATION, LP W912DY-15-D-0077 - ALL PHASE SERVICES, INC. W912DY-15-D-0078 - BRISTOL SITE CONTRACTORS, LLC W912DY-15-D-0079 - DYNAMIC MANAGEMENT SOLUTIONS, LLC W912DY-15-D-0080 - NORTH WIND CONSTRUCTION SERVICES, LLC W912DY-15-D-0081 - BHATE ENVIRONMENTAL ASSOCIATES, INC. W912DY-15-D-0082 - CENTRAL ENVIRONMENTAL, INC. W912DY-15-D-0083 - NORTH AMERICAN DISMANTLING CORP This limited source increase in capacity of contract ceiling ensures continued execution of increased customer demolition requirements and execution of unforeseen critical demolition requirements at Tyndall Air Force Base necessitated by a catastrophic hurricane. The contractors shall be responsible for providing and supporting planning, coordination, and execution of building and facility removal/demolition, including facility abatement and hazardous material removal, demolition, debris management and disposition, and site restoration and cleanup at Government facilities in the continental United States (CONUS) and Alaska and Hawaii. This is not a formal solicitation or request for proposal. This synopsis of intent is to give notice of the Government's intent to make limited source modifications to existing contracts. In the near future, CEHNC is planning an acquisition to solicit and award multiple indefinite delivery indefinite quantity (IDIQ) contracts to provide commercial demolition related services under North American Industrial Classification System Code 238910. Work requirements will be defined in specific Task Order Performance Work Statements (PWS) under a basic contract PWS. Services will include the planning, coordination, and execution of building and facility removal/demolition. Major aspects of the field work include, but are not limited to, facility abatement and hazardous material removal, demolition, debris management and disposition, and site restoration and cleanup. The program is estimated at $95,000,000 per region with five regions. Subsequent acquisition information related to the upcoming new follow on procurement may be found on the FedBizOpps website (https://www.fbo.gov) under Solicitation Number W912DY-18-R-0063. Questions concerning this notice should be directed to Chris T. Shepard, Contracting Officer, at Christopher. T. Shepard@usace.army.mil, Reneda.D.Kelley@usace.army.mil, and Ms. Michelle L. Clark, Program Manager, Michelle.L.Clark@usace.army.mil. Contracting Officer: Mr. Christopher T. Shephard Email: Christopher T. Shepard@usace.army.mil Phone: (256) 895-2509