Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2007 FBO #1929
SOLICITATION NOTICE

F -- Remedial Action Contract (RAC V) for Environmental Remediation Services in AK, AZ, CA, NV, NM, OR, UT, WA and Other DOD Sites Nationwide

Notice Date
3/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, Environmental Business Line (EBL), Attn: AQE 1220 Pacific Highway, San Diego, CA, 92132-5190, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N62473-07-R-3211
 
Response Due
4/24/2007
 
Archive Date
11/30/2007
 
Description
The Naval Facilities Engineering Command (NAVFAC) Southwest, San Diego, California, is preparing to release a Request for Proposal (RFP) for Remedial Action Contract (RAC V) for Environmental Remediation Services at various Department of Defense (DoD) sites in Alaska, Arizona, California, Nevada, New Mexico, Oregon, Utah, Washington, and other DoD sites nationwide as deemed necessary to meet workload requirements. The resulting Contract will be a Cost Plus Award Fee (CPAF), Indefinite Delivery/Indefinite Quantity (IDIQ) type contract with a ceiling of $100,000,000. This procurement is unrestricted for competition amongst all interested firms. The North American Industrial Classification System (NAICS) Code applicable to this requirement is 562910, Environmental Remediation Service. This contract focuses primarily on environmental restoration projects but could involve other environmental work such as compliance projects. These services may include actions, such as, but not limited to, the following: performing remedial actions; performing removal actions; performing expedited and emergency response actions at sites; performing pilot and treatability studies; providing facility operation, maintenance and instruction; and performing other related activities associated with returning sites to safe and acceptable levels. The contaminants will include, but not be limited to, those identified and regulated under RCRA, CERCLA, Toxic Substances Control Act (TSCA), Solid Waste Disposal Act (SWDA), and petroleum oils and lubricants (POL). A relatively small number of sites may require remediation of radiological or ordnance waste or unexploded ordnance (UXO), discarded military munitions (DMM), munitions constituents (eg. TNT, RDX). The contaminants included are predominately solvents, POL, metals, acids, bases, reactives, non-explosive ordnance residues or compounds, polychlorinated biphenyls (PCBs), and pesticides. Contaminants may be present in soils, sediments, ground water, air, sludge, surface water, and man-made structures. Contaminated sites may be landfills, hazardous waste treatment storage and disposal facilities, tanks, lagoons, fire fighting training areas, or other facilities. Formal source selection procedures will be followed as prescribed by Federal Acquisition Regulation (FAR) Part 15 and FAR Supplement as applicable. A contract will be awarded to the responsible firm whose proposal, conforms to the solicitation, and is determined the "Best Value" to the Government based on cost and non cost factors. The resulting contract will be awarded for a base period of one year with four one-year option periods. FAR Clause 52.217-8 Option to Extend Services will be included in the resulting contract. The Government intends to award one contract with the proposed Task Order 0001. The Government reserves the right not to award the proposed Task Order 0001 identified in the solicitation or to award it at a later date after award of the basic contract. The minimum guarantee of $200,000 applies to the five-year term of the contract. The aggregate value of delivery orders issued under the contract will not exceed $100,000,000. Proposals will be evaluated based on the following evaluation factors: Factor 1 - Past Performance; Factor 2 - Commitment to Socio-Economic Programs; Factor 3 - Financial and Management Systems; Factor 4 - Specialized Experience; Factor 5 - Technical Approach (PTO 0001); Factor 6 - Contract Management; Factor 7 - Safety; and Factor 8 - Cost/Price Proposal. All technical evaluation factors other than cost or price when combined are significantly more important than Factor 8 ? Cost/Price. While cost/price to the Government is a consideration, it will not be the overriding basis for contract award. The proposed cost/price and other non-price factors will be evaluated to determine the most advantageous proposal to the Government. Therefore, the Government reserves the right to award to other than the lowest price proposal. A pre-proposal site visit for the Proposed Task Order 0001 project will be held at the Alameda Point, Alameda, CA. The site visit will be conducted on 3 April 2007 at 10:00AM PST. All firms interested in attending the site visit must submit the following information by email to gina.snider@navy.mil no later than 29 March 2007 at 10:00 AM PST: Full name of individual(s) attending, position/title, company name, citizenship, email address, phone and fax numbers. Costs associated with participating in the pre-proposal site visit/meeting or responding the solicitation will not be compensated. The solicitation will be available by electronic media only and can be downloaded free of charge via the Internet World Wide Web at http://esol.navfac.navy.mil or http://www.fbo.gov under pre-solicitation notice N62473-07-R-3211. Prospective offerors must register on the web site. There will be no paper copies of this solicitation issued. Amendments will be posted on the web site for downloading. 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. Offeror(s) must be registered in the Contractor's Central Registration (CCR) http://www.ccr.gov in order to participate in this procurement. The solicitation issue date is on or about 22 March 2007. The closing date set for receipt of proposals is 24 April 2007, 2:00 p.m. local time. The POC for this solicitation is Gina Snider at 619-532-2883 or Beatrice Appling at 619-532-1620. Site visit information, and questions should be submitted by email to gina.snider@navy.mil
 
Place of Performance
Address: 1220 Pacific Highway, San Diego, CA
Zip Code: 92132
Country: UNITED STATES
 
Record
SN01245970-W 20070309/070307221608 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.