Search Result
A-E INDEFINITE DELIVERY CONTRACTS FOR ENVIRONMENTAL SERVICES
Department of the Army, U.S. Army Corps of Engineers, USACE District, Tulsa, OK.
Federal Business Opportunities, FBO-5985, 2018
Filed Under: Market/Commercialization
Filed Under: Market/Commercialization
The Tulsa District intends to award the following indefinite delivery contracts: three unrestricted; one small business; one HUBZone; and one woman-owned small business. The mission of the USACE Regional Planning and Environmental Center (RPEC) calls for broad support of environmental compliance, restoration, pollution prevention, and conservation programs for all approved federal customers and the civil works program. RPEC must provide a wide range of A-E environmental services to support large and small projects of varying complexity. Each of the four solicitations constitutes a request for submittal of SF330 packages under NAICS code 541330 (small business size standard $15M). Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. Awards are anticipated on or about July 30, 2018, each with a maximum contract capacity of $8.2M, consisting of a 3-year base period ($6.2M capacity) and one 2-year option period ($2M capacity). Interested firms having the capabilities and qualifications to perform this work may submit an SF330 package at https://safe.amrdec.army.mil/SAFE/ by 2:00 PM CT on May 11, 2018.
Federal Business Opportunities, FBO-5985, 2018
Filed Under: Market/Commercialization
Filed Under: Market/Commercialization
The Tulsa District intends to award the following indefinite delivery contracts: three unrestricted; one small business; one HUBZone; and one woman-owned small business. The mission of the USACE Regional Planning and Environmental Center (RPEC) calls for broad support of environmental compliance, restoration, pollution prevention, and conservation programs for all approved federal customers and the civil works program. RPEC must provide a wide range of A-E environmental services to support large and small projects of varying complexity. Each of the four solicitations constitutes a request for submittal of SF330 packages under NAICS code 541330 (small business size standard $15M). Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. Awards are anticipated on or about July 30, 2018, each with a maximum contract capacity of $8.2M, consisting of a 3-year base period ($6.2M capacity) and one 2-year option period ($2M capacity). Interested firms having the capabilities and qualifications to perform this work may submit an SF330 package at https://safe.amrdec.army.mil/SAFE/
- Unrestricted, Solicitation W912BV18R0008: https://www.fbo.gov/spg/USA/COE/DACA56/W912BV18R0008/listing.html
- Small Business, Solicitation W912BV18R0009: https://www.fbo.gov/spg/USA/COE/DACA56/W912BV18R0009/listing.html
- HUBZone Small Business, Solicitation W912BV18R0010: https://www.fbo.gov/spg/USA/COE/DACA56/W912BV18R0010/listing.html
- Woman-Owned Small Business, Solicitation W912BV18R0011: https://www.fbo.gov/spg/USA/COE/DACA56/W912BV18R0011/listing.html
The Technology Innovation News Survey welcomes your comments and
suggestions, as well as information about errors for correction. Please
contact Michael Adam of the U.S. EPA Office of Superfund Remediation
and Technology Innovation at adam.michael@epa.gov or (703) 603-9915
with any comments, suggestions, or corrections.
Mention of non-EPA documents, presentations, or papers does not constitute a U.S. EPA endorsement of their contents, only an acknowledgment that they exist and may be relevant to the Technology Innovation News Survey audience.