SOLICITATION NOTICE
99 -- 8(a) COMPETITIVE IDIQC ENVIRONMENTAL REMEDIATION SERVICES
- Notice Date
- 5/28/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, BRAC Team, Attn: 06B2 1220 Pacific Highway, San Diego, CA, 92132-5190
- ZIP Code
- 92132-5190
- Solicitation Number
- N68711-02-R-8213
- Archive Date
- 6/25/2002
- Point of Contact
- Laura Chapman, Contract Specialist, Phone 619 532 0979, Fax 619 532 0995, - melita orpilla, contract specialist, Phone 6195324813,
- E-Mail Address
-
chapmanlm@efdsw.navfac.navy.mil, orpillamd@efdsw.navfac.navy.mil
- Small Business Set-Aside
- 8a Competitive
- Description
- ***THIS NOTICE REPLACES THE 13 MAY 2002 NOTICE ENTITLED "8(a) COMPETITIVE IDIQC ENVIRONMENTAL ENGINEERING SERVICES*** This acquisition is a competitive 8(a) set-aside procurement under the North American Industrial Classification System (NAICS) code 562910, Environmental Remediation Services. The small business size standard for this is less than 500 employees. The resulting contract will be a FIRM FIXED PRICE, INDEFINITE DELIVERY, INDEFINITE QUANTITY (IDIQ), FOR VARIOUS ENGINEERING STUDIES AND RELATED ENVIRONMENTAL REMEDIATION SERVICES at HUNTERS POINT SHIPYARD, San Francisco, CA. Awards will be made using Federal Acquisition Regulation (FAR) Part 15 competitive negotiation procedures. Contracts will be awarded to the 8(a) firm whose proposal, conforming to the solicitation, offers the "Best Value" to the Government, price and other factors considered. The contract will be awarded for a base period of one year with two (2) one-year option periods. The Government has the right to exercise the option years. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The Government intends to award the contract with Proposed Task Order 0001. However, the government reserves the right not to award Proposed Task Order 0001. The minimum guarantee is $50,000. The total aggregate value of task orders under this contract shall not exceed $25,000,000. The services required are to perform but not limited to the following services: preliminary assessment, site inspection, testing, remedial investigation, environmental engineering studies, investigations, field sampling, laboratory analysis, electronic data management, feasibility studies, remedial design, containment, remedial action, temporary storage and removal of contaminated materials, preparation of reports and other related environmental remediation services. Proposals will be evaluated based on the following factors: FACTOR-1 Past Performance within the last three years; FACTOR-2 Specialized Experience within the last five years; FACTOR-3 Engineering and Management Approach (This factor will include Proposed Task Order 0001); FACTOR-4 Compliance with Public Law 103.337 which authorizes the Secretary of Defense to give preference to entities that plan to hire local residents when entering into contracts for services to be performed at a military installation that is affected by closure or alignment under a base closure law; and FACTOR-5 Price (Price of Proposed Task Order 0001). Factors 1, 2, 3, and 4 are of equal importance. Factors 1, 2, 3, and 4 combined are significantly more important than Factor 5. The Government reserves the right: to reject any or all proposals at any time prior to award; to negotiate with any or all offerors; to award a contract to other than the offeror submitting the lowest price for Proposed Task Order 0001; to limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals, and to award to the offeror submitting the proposal, determined by the Government, to be most advantageous to the Government. OFFERORS ARE ADVISED THAT AN AWARD MAY BE MADE WITHOUT DISCUSSIONS; therefore, proposals should be submitted initially on the most favorable terms. Offerors shall not assume that they would be contacted or afforded the opportunity to qualify, discuss, or revise their proposals. FIRMS SUBMITTING PROPOSALS WILL NOT BE COMPENSATED FOR THE PREPARATION OF THEIR PROPOSALS. Once issued, the solicitation will be available only in the electronic medium and can be downloaded free of charge via the Internet web site at http://esol.navfac.navy.mil under pre-solicitation notice N68711-02-R-8213. Prospective offerors are required to register on the web site. The full solicitation is scheduled for release on or about 28 May 2002. Amendments, if any, will be posted on the web site. This will be the only method of distribution; therefore, it is the offeror?s responsibility to check the web site periodically for any amendments to this solicitation. Also, offerors must be registered in the Contractor's Central Registration (CCR) to participate in this procurement. The CCR?s web site is http://www.ccr.gov. Point of contact for this solicitation is Laura M. Chapman, telephone number 619-532-0979. Requests for additional information regarding this solicitation should be in writing and emailed to Laura Chapman at ChapmanLM@efdsw.navfac.navy.mil, with a copy to OrpillaMD@efdsw.navfac.navy.mil.
- Place of Performance
- Address: Hunters Point Shipyard, San Francisco, CA
- Zip Code: 94124
- Country: U.S.A.
- Zip Code: 94124
- Record
- SN00084206-W 20020530/020528213430 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |