Skip to main content

An official website of the United States government

You have 2 new alerts

ERS SATOC

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Solicitation (Updated)
  • Updated Published Date: Mar 01, 2024 01:30 pm EST
  • Original Published Date: Feb 20, 2024 11:39 am EST
  • Updated Date Offers Due: Mar 21, 2024 04:00 pm EDT
  • Original Date Offers Due: Mar 21, 2024 04:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Apr 05, 2024
  • Original Inactive Date: Apr 05, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: F999 - OTHER ENVIRONMENTAL SERVICES
  • NAICS Code:
    • 562910 - Remediation Services
  • Place of Performance:
    Savannah , GA
    USA

Description

Amendment 1 removes the text referring to a Technical Evaluation Worksheet in Volume III, and extends the deadline for questions via ProjNet to 4:00pm ET 6 March 2024

This Request for Proposal (RFP) solicits for a Single Award Task Order Contract (SATOC) under which Firm-Fixed Price task orders will be awarded for Environmental Remediation Services. The services required by this contract will be provided for the customers of the U.S. Army Corps of Engineers, South Atlantic Division, and the Southeastern Regional Environmental Office on the Installation Management Command, Atlantic Region (IMCOM) and existing customers. However, work can be awarded for projects located outside of the geographical boundary in order to align with the geographical area of responsibility of a customer (CONUS and/or OCONUS). While this establishes the primary geographical area of responsibility for this contract, it is not limited to only Army customers. The contractor may be required to perform tasks on-site or at their own facilities.This SATOC will provide a full range of environmental remediation services (ERS). The environmental remediation service consists of environmental remediation for hazardous toxic and radioactive waste (HTRW) sites to include incidental military munitions response and range and UXO support. This will NOT include services that are solely military munitions response and range and UXO support. Services may include, but are not limited to, the assessment, inspection, investigation, study, control, characterization, containment, removal and/or treatment of environmental contamination from pollutants, toxic substances, perfluorinated compounds, radioactive materials, and hazardous materials. The military munitions response and range and UXO support will provide assistance to preliminary assessments, site inspections, remedial investigations, feasibility studies and site removal actions. ERS projects include both civilian and military agencies of the Federal Government under NAICS Code 562910, Environmental Remediation Services. It is expected that this contract will require that the successful awardee perform multiple projects simultaneously with overlapping periods of performance. ERS SATOC projects are intended to be routine in nature, ranging in value between $70,000 and $1,500,000.The maximum ordering capacity of this SATOC is $10,000,000 with an ordering period of three (3) years with the potential of a six (6) month extension. Task Orders issued under the resultant contract will be Firm-Fixed Price. The minimum guarantee will be used to award the contract.

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 100 W OGLETHORPE AVE
  • SAVANNAH , GA 31401-3604
  • USA

Primary Point of Contact

Secondary Point of Contact

History