Nebraska Bids > Bid Detail

Pre-Solicitation Notice: $249M Unrestricted A-E Environmental MATOC - USACE NWD

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159708283291398
Posted Date: Feb 9, 2024
Due Date: Feb 23, 2024
Source: https://sam.gov/opp/51ccb5ac16...
Follow
Pre-Solicitation Notice: $249M Unrestricted A-E Environmental MATOC - USACE NWD
Active
Contract Opportunity
Notice ID
W9128F24R0007
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
W071 ENDIST OMAHA
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: Presolicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 09, 2024 02:47 pm CST
  • Original Response Date: Feb 23, 2024 02:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 25, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Omaha , NE 68102
    USA
Description

Pre-Solicitation Notice



Reference number: W9128F24R0007



On or about 23 February 2024, the Government intends to issue an Architect-Engineering (A-E) Services synopsis (i.e. A-E solicitation) for a $249M Unrestricted Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) with a targeted pool of five (5) contractors. The contracts will be awarded for a total of seven (7) years; one five (5) year base and one two (2) year option. The NAICS code for this contract will be 541330 – Engineering Services.



This MATOC will be used to procure highly specialized Environmental A-E Services required to primarily support the environmental missions for existing and future customers of the U.S. Army Corps of Engineers (USACE) Northwestern Division (NWD) and may also include support to other USACE District and Division AORs throughout the Contiguous U.S., Alaska, Hawaii, and outlying areas as defined by FAR Part 2.101. This MATOC will primarily be used to support the U.S. Air Force (USAF) in its modernization of the Air Force Nuclear Weapons Center’s Sentinel Systems Directorate (AFNWC/NXD) program and the Environmental Protection Agency (EPA).



Specific needs will be determined based upon project requirements as described in each task order. Selected firms will work on a variety of projects that may include: provision of advice (including wetlands determination, habitat mitigation, hazardous material assessments, pollution prevention, responsible party oversight and mitigation studies); preparation of remedial investigations and feasibility studies (including site investigations, subsurface exploration, chemical sampling, testing and analyses, feasibility studies, ground water and other modeling, contaminant fate and transport analysis); preparation of preliminary and final plans and designs (including HTRW remedial designs, preparation of plans and specifications); provision of technical services during the construction or installation phase (including construction-phase services (engineering design during construction, checking shop drawings)); inspection and evaluation of engineering project (including cost estimating, value engineering screenings and studies, field inspections, verification of existing conditions, pilot studies, surveying and mapping, and evaluations of green technologies and energy conservation measures); and related services (including hazard evaluations, archaeological investigations and mitigation, community relations and other engineering studies and reports).



Please be advised that an online registration requirement in System for Award Management (SAM) database http://www.sam.gov/ exists and directed solicitation provisions concerning electronic annual Representations and Certifications on SAM. Representations and certifications are required to be up-dated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective for one year from date of submission or update to SAM. Solicitation documents will be posted to the web via https://SAM.gov. Registration is required to access solicitation documents. The website https://SAM.gov provides secure access to acquisition-related information, synopsis or pre-solicitation notices and amendments. Summary of access requirements to solicitation is as follows. Find solicitation announcements in https://SAM.gov.



All amendments will be posted in https://SAM.gov. It shall be the contractor's responsibility to check the website for any amendments. The Contracting point of contacts for this project are Michelle Alcover at michelle.m.alcover@usace.army.mil and John Solomon at john.s.solomon@usace.army.mil. Interested parties are reminded that they are responsible for checking on new information posted to https://SAM.gov


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING OFFICE 1616 CAPITOL AVENUE
  • OMAHA , NE 68102-4901
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 09, 2024 02:47 pm CSTPresolicitation (Original)

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 >