Skip to main content

An official website of the United States government

You have 2 new alerts

Environmental and Munitions Response-Restricted Services Support - EMR2

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: Oct 11, 2023 07:20 am CDT
  • Original Published Date: Aug 21, 2023 01:44 pm CDT
  • Updated Date Offers Due: Oct 24, 2023 10:00 am CDT
  • Original Date Offers Due: Sep 22, 2023 10:00 am CDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Oct 25, 2023
  • Original Inactive Date: Aug 21, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: F108 - ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION
  • NAICS Code:
    • 562910 - Remediation Services
  • Place of Performance:

Description

The U.S. Army Corps of Engineers, Huntsville Center (CEHNC) intends to solicit proposals in support of the Ordinance and Explosives Directorate (OED). The Government?s intent to issue an 100% small business set- aside, Multiple Award Task Order Contract (MATOC), Indefinite Delivery Indefinite Quantity (IDIQ) contracts to small businesses who exhibit the required capabilities. This contract is intended to support sites located throughout the United States, including Alaska and Hawaii, the U.S. territories, outlying areas as defined by FAR 2.101, and territorial waters. The MATOC will consist of both Firm Fixed Price (FFP) and Cost-Plus Fixed Fee (CPFF) Contract Line-Item Numbers (CLINS), the CPFF CLIN (not-to-exceed 10% of the total contract value) will be used when there are unknown conditions at the site (i.e., fieldwork) that cannot be accounted for on the FFP CLIN. The individual task orders (TO)s may contain a combination of FFP efforts such as planning and characterization whereas, the CPFF efforts consist of the fieldwork variables of working with munitions or environmental contaminants. The Government anticipates a predominance of FFP efforts. The MATOC will have a total shared capacity of $960 Million (M) with a period of performance (POP) of 10 years (2-year base period with four 2-year option periods). The MATOC will include options in accordance with (IAW) FAR 52.217-8 and FAR 52.217-9 to be used at the TO level. CEHNC intends to award an option contract, which cost, or price will not be evaluated at the time of award IAW FAR 15.304(c)(1)(ii). Price will be considered at the TO level. Pursuant to FAR 15.304(c)(1)(ii), the Government intends to award to each and all qualifying offerors, as defined at FAR 2.101. The services for this requirement are classified under North American Industry Classification System (NAICS) 562910 (Exception) - Environmental Remediation Services with a Small Business Size Standard of 1,000 employees. The applicable Product Service Code (PSC) is F108 ? Hazardous Substance Removal, Cleanup and Disposal Services and Operational Support .Description of work: This requirement will provide services to safely locate, identify, recover, evaluate, assess, package, transport, manage, and make final disposition, as required, of Munitions and Explosives of Concern (MEC) and Hazardous, Toxic and Radioactive Waste (HTRW) at various currently and formerly used defense sites, property adjoining currently and formerly used defense sites, and other federally controlled/owned sites. This will permit lands and waters to be safely and efficiently used for their intended purpose.

Contact Information

Contracting Office Address

  • 300 SECURE GATEWAY KO CONTRACTING DIVISION
  • REDSTONE ARSENAL , AL 35898-0000
  • USA

Primary Point of Contact

Secondary Point of Contact

History