Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912BV23R0044
Indefinite Delivery Contract (IDC) for Environmental Management System (EMS), Consulting Services, and Training Projects in Primary Support of SWD RPEC, CONUS, Alaska, Hawaii, and the Commonwealth of ...
Indefinite Delivery Contract (IDC) for Environmental Management System (EMS), Consulting Services, and Training Projects in Primary Support of SWD RPEC, CONUS, Alaska, Hawaii, and the Commonwealth of Puerto Rico, Northern Mariana Islands, and U.S. Territories of American Samoa, Guam, and the U.S. Virgin Islands in accordance with UAI Subpart 5107.102-100 and ER 5-1-10 All questions regarding this synopsis should be submitted in writing to the following E-Mail address: Brenda.K.Anderson@usace.army.mil. This Acquisition is to be competed as a Small Business set aside for an Indefinite Delivery, Single Award Task Order Contract. This synopsis is for the purpose of a pre-solicitation notification only. The Tulsa District, U.S. Army Corps of Engineers intends to issue Solicitation #W912BV-23-R-0044 for a Firm Fixed-Price, Indefinite Delivery Contract for the procurement Environmental Management System (EMS), Consulting Services, and Training Projects in Primary Support for the Southwestern Division (SWD) Regional Planning and Environmental Center (RPEC), CONUS, Alaska, Hawaii, and the Commonwealth of Puerto Rico, Northern Mariana Islands, and U.S. Territories of American Samoa, Guam, and the U.S. Virgin Islands in accordance with UAI Subpart 5107.102-100 and ER 5-1-10. This requirement is to provide environmental management system (EMS), consulting services, and training, and related services that may include full time on-site support services associated with the management of EMS projects. Wage Determinations will be incorporated with each task order, if required. This will be a performance-based procurement. Scope specifics will be defined/detailed and monitored under each task order. The IDC will be for a base period of performance of five (5) years and one option period of two (2) years for a total of seven (7) years. The North American Industrial Classification System (NAICS) Code is 541620 and the applicable Small Business Size Standard, as established by the U.S. Small Business Administration, is $16.5 million dollars. The solicitation will be issued via Internet only on the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) suite (https://piee.eb.mil). Notification of amendments shall be made via the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) suite (https://piee.eb.mil). It is the contractors’ responsibility to check the above listed internet address daily for any posted changes to the solicitation. Any amendments issued to the solicitation must be acknowledged by potential offerors. No corrections and/or changes to proposals will be allowed after the proposal submittal due time and date. The successful offeror will be selected utilizing source selection procedures with Best Value Trade Off. The Government intends to award a Firm Fixed-Price contract resulting from the solicitation to the responsible offeror who’s Technical Proposal conforms to all solicitation requirements and offers the Best Value to the Government. Solicitation issue date is on or about 18 January 2023. Proposals are anticipated to be due on or about 19 February 2023 via the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) suite (https://piee.eb.mil). Additional information on the Solicitation Module will be included in the solicitation. Contractors must be registered and current with System for Award Management (SAM) in order to receive a Government contract award. To register, the SAM Internet address is: https://www.sam.gov. General questions about this procurement should be directed to Brenda Anderson via email at Brenda.K.Anderson@usace.army.mil. Once the solicitation is issued, all technical questions shall be submitted via ProjNet/Bidder’s Inquiry System; additional information about the use of the ProjNet website will be included in the solicitation.