Trade Leads

NEED FOR MILITARY MUNITIONS
U.S. Army Corps of Engineers, Omaha District will issue a Request for Proposal for Military Munitions Response Program (MMRP) Services in support of the Northwest Division and its existing customers. The solicitation will be set-aside for small business participation only under NAICS code 562910 with a size standard of 500 employees. Project Description: The contract awarded under this solicitation will be an Indefinite Delivery/Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) for Military Munitions Response (MMRP) Services in support of the Northwest Division and its existing customers. The Scope of Services to be performed under this contract includes those required to comprehensively perform Military Munitions Response (MMR) actions at munitions response areas (MRAs)/munitions response sites (MRSs). The scope also includes all associated activities essential and incidental to successful execution of the required tasks. Task Orders (TOs) for specific tasks under this contract will be negotiated and awarded as necessary. Contractor shall be familiar with, understand and have prior experience executing projects within the regulatory process (CERCLA/RCRA) and phases (i.e. PA, SI, EE/CA, RI/FS, NTCRA, TCRA, etc.) normally utilized to perform military munitions response actions. Contractor shall be familiar with, understand and have prior experience in performing the specific tasks anticipated to be performed under this contract to include, but not limited to, the following: (1) Historical records review (HRR) (2) Visual surveys (3) Geophysical mapping and associated activities (4) Military munitions removal/remedial actions and associated activities (5) Explosive Safety Submission (ESS) or Explosive Site Planning (ESP) preparation (6) Explosives management (siting, use, etc.) (7) Munitions debris handling and disposal (8) Anomaly avoidance (9) Construction support (10) Munitions constituent sampling (11) Small arms range investigation (12) Small arms range removal/remedial actions (13) X-ray fluorescence (14) Community relations support (15) Reporting (16) Geographical information system (GIS) support for project activities Procedure: One contract will be awarded to the offeror submitting a proposal determined to be the best value to the Government; price, and other factors considered. In any case, the Government may not award any contract if the resulting contract would not represent a best value to the Government using trade-off selection procedures as required by AFARS Subpart 5115.1-Source Selection Procedures and Techniques. This will be a Single Award Task Order Contract with a performance period of five years (3-year base period plus one 2-year option period). There is no limit of the number of TOs that may be executed, but in no case shall the sum of all task orders executed exceed $9,900,000.00. Additional Information: No responses to this announcement are required. All information required for submission of an offer will be identified in the RFP when issued. All responsible sources may submit an offer, which will be considered. This synopsis is not to be construed as a commitment by the government. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the government for reimbursement. The RFP will be electronically issued using the Army Single Face to Industry (ASFI) Acquisition Business website, https://acquisition.army.mil/asfi. When issued, the RFP may also be viewed via Federal Business Opportunities, http://www.fbo.gov. Written, telephonic or fax requests for a solicitation package WILL NOT be accepted. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for updates or amendments to any documents. All offerors must be registered in the System for Award Management https://www.sam.gov, prior to receiving any award. Point of Contact: Jessica R. Jackson, Contract Specialist Email: jessica.r.jackson@usace.army.mil Telephone: (402) 995-2052 Contracting Office Address: USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901 Place of Performance: USACE District, Omaha 1616 Capital Ave, Omaha NE 68102-4901 US Point of Contact(s): Jessica Jackson, 402-995-2052 USACE District, Omaha