MODIFICATION
F -- Fixed-Price Indefinite Delivery Indefinite Quantity Remedial Action Contract
- Notice Date
- 12/20/2001
- Notice Type
- Modification
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Pacific, Acquisition Department, 258 Makalapa Drive Suite 100, Pearl Harbor, HI, 96860-3134
- ZIP Code
- 96860-3134
- Solicitation Number
- N62742-02-R-1800
- Response Due
- 2/8/2002
- Point of Contact
- Chang Yi, Contract Specialist, Phone (808) 474-3432, Fax (808) 474-1146, - Sharlaine Ishida, Contracting Officer, Phone (808) 474-8275, Fax (808) 474-1146,
- E-Mail Address
-
YiCS@efdpac.navfac.navy.mil, ishidask@efdpac.navfac.navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- Fixed-Price Indefinite-Delivery Indefinite-Quantity contract for performing remedial action services at environmentally contaminated sites predominantly located at Navy and Marine Corps installations under the Pacific Division Naval Facilities Engineering Command area of responsibility (Hawaii, Guam, Japan, Okinawa, Johnston Atoll, Diego Garcia, and other areas in the Pacific and Indian Oceans). The general scope of work includes providing all personnel, equipment, materials, and facilities to respond to multiple requests for environmental support at various sites. These services may include actions such as, but not limited to, the following: thermal treatment of soil excavated from various sites; excavation of soil from various sites; hauling of contaminated soil; performing pilot and treatability studies; closure and/or replacement of underground storage tanks or above ground storage tanks; performing remedial actions; performing removal actions; performing facility operation, maintenance and instruction; and performing other related activities associated with returning sites to safe and acceptable levels. The predominant contaminants included are polychlorinated biphenyls (PCBs), solvents, POL, metals, acids, bases, reactives, non-explosive ordnance residues or compounds, and pesticides. In addition, there is the potential that the contaminant group includes toxic metals, munitions and explosives of concern, and asbestos. Contaminants may be present in soils, sediments, ground water, air, sludge, surface water, and man-made structures. Contaminated sites may be former transformer sites, substations, former above and below ground storage tanks, landfills, hazardous waste treatment storage and disposal facilities, tanks, lagoons, fire fighting training areas, or other facilities. All work shall be performed in accordance with all applicable local, state, federal policy, guidance, regulations, and laws including, but not limited to: Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), the Resource Conservation and Recovery Act (RCRA), the Superfund Amendments and Reauthorization Act (SARA), the National Oil and Hazardous Substances Pollution Contingency Plan (NCP), the Oil Pollution Act of 1990 (OPA 90), the Toxic Substances Control Act (TSCA), Solid Waste Disposal Act (SWDA), the Clean Water Act (CWA), the Safe Drinking Water Act (SDWA), the Clean Air Act (CAA), the Coastal Zone Management Act (CZMA), the Endangered Species Act (ESA), the National Environmental Policy Act (NEPA), the Occupational Safety and Health Act (OSHA), and the most recent version of U.S. Army Corps of Engineers Safety and Health Requirements Manual, EM-385-1-1. In addition, all work shall be performed in accordance with the PACNAVFACENGCOM Project Procedures Manual, Oct. 1998. The contaminants will include, but not be limited to, those identified and regulated under RCRA, CERCLA, TSCA, SWDA, and petroleum oils and lubricants (POL). The contract base period shall not exceed twelve months. The Government reserves the right to exercise four one-year options to extend the contract period. The guaranteed contract minimum is $15,000 for the entire contract period. Not-to-Exceed (NTE) amount for the contract is $25,000,000 unless the amount is increased by formal modification to the basic contract. For information purposes only, the estimated amount is: base year $10,000,000, second through fourth option year $4,000,000 per year and fifth option year $3,000,000. The NAICS for this procurement is 562910, Environmental Remediation Services, and the small business size standard is 500 employees. Offerors can view and/or download the solicitation at http://esol.navfac.navy.mil/ when it becomes available on or about 3 January 2002. The solicitation utilizes source selection procedures, which require offerors to submit past performance and experience information, and price proposal for evaluation by the Government. Offerors need to submit the following information by 7 January 2002 for a site visit, tentatively scheduled on 14 January 2002: Names (Maximum three individuals per offeror) Social Security Number Home Address Home Telephone Number Date & Place of Birth Employer Employer Telephone Number Further instruction concerning the site visit will be specified in the solicitation.
- Place of Performance
- Address: Various sites within the Pacific Division, Naval Facilities Engineering Command area of responsibility (Island of Oahu, Guam, Japan Okinawa, Johnston Atoll, Diego Garcia, and other areas in the Pacific and Indian Oceans).
- Record
- SN20011222/00009213-011221090630 (fbodaily.com)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |