Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2007 FBO #2000
SOLICITATION NOTICE

Z -- Environmental Remedial Action Contract

Notice Date
5/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Atlantic, Department of the Navy, Naval Facilities Engineering Command, Atlantic, Code AQ 6506 Hampton Blvd, Building A, Norfolk, VA, 23508-1278, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N62470-07-R-0508
 
Response Due
8/29/2007
 
Archive Date
9/13/2007
 
Small Business Set-Aside
Total Small Business
 
Description
THIS PRE-SOLICITATION IS BEING ADVERTISED AS A 100% SMALL BUSINESS SET-ASIDE PROCUREMENT. The NAICS Code for this Solicitation is 562910: Environmental Remediation Services. The Size Standard is 500 people. The Government intends to award a Cost Plus Award Fee, Indefinite Delivery Indefinite Quantity (ID/IQ) type contract. The total maximum value for the contract is $100 million. The contract term will be a base period of 12 months (one year) plus 4 option years. The total term of the contract, including all options, will not exceed 60 months. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under the Option to Extend Services clause. In either case, the Government will not synopsize the options when exercised. The minimum guarantee of $100,000 covers the entire contract period. The work includes remedial actions at environmentally contaminated sites predominately located at Navy and Marine Corps Installations and other Government agencies. The work under this contract will be performed predominately in NAVFAC Atlantic?s area of concern; including the Continental United States (CONUS) and overseas including the Caribbean, Europe, the Middle East and Southeast Asia; but may be used world-wide. The principle geographical area this contract will encompass is Alabama, Alaska, Arkansas, Florida, Georgia, Idaho, Illinois, Indiana, Iowa, Kansas, Kentucky, Louisiana, Michigan, Minnesota, Mississippi, Missouri, Montana, Nebraska, North Dakota, Ohio, Oklahoma, Oregon, South Carolina, South Dakota, Tennessee, Texas, Washington, Wisconsin, Wyoming, the areas of the Caribbean, Central America, and Puerto Rico, and the NAVFAC LANT area of responsibility. The Contractor may, however, be required to perform work at any Naval or Marine Corps activity in the area of responsibility covered by NAVFAC ATLANTIC. The Government will award a contract resulting from this solicitation to the responsible proposer whose proposal conforming to the solicitation will be a BEST VALUE to the Government, price and technical factors considered. For this acquisition, the evaluation factors are 1) Past Performance, 2) Financial and Management Systems, 3) Specialized Experience, 4) Technical Approach (Proposed Task Order), 6) Contract Management, 6) Safety, and 7) Cost/Price Proposal. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; use tradeoff processes when it may be in the best interest of the Government to consider award to other than the lowest priced proposers or other than the highest technically rated proposer; and to award to the proposer submitting the proposal determined by the Government to be the most advantageous (Best Value) to the Government. PROPOSERS ARE ADVISED THAT THE GOVERNMENT INTENDS TO EVALUATE PROPOSALS AND AWARD WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most favorable terms. Proposers should not assume that they would be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. FIRMS SUBMITTING TECHNICAL AND PRICE PROPOSALS WILL NOT BE COMPENSATED FOR ANY EXPENSES INCURRED IN THE PREPARATION OF THEIR PROPOSAL. The solicitation will be issued on approximately 13 July 2007. The receipt date of proposals is approximately 29 August 2007. This solicitation is available in electronic format only. All documents will be in the Adobe Acrobat PDF file format via the Internet. The free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. The official access to the solicitation is available via the NAVFAC E-Sol website at http://www.esol.navfac.navy.mil. Contractors are encouraged to register for the solicitation when downloading from the NAVFAC E-Solicitations website. Only registered contractors will be notified by email when the amendments to the solicitation are issued. Technical inquiries shall be emailed to Pamela.Argilan@navy.mil. A one-time site visit is planned for the proposed task order. Details with location, date, and time of the site visit will be provided in the solicitation. Point of Contact Pamela Argilan, Contract Specialist, 757-322-8261, Email: Pamela.Argilan@navy.mil
 
Place of Performance
Address: See Description of Work for locations.
Zip Code: 23508
Country: UNITED STATES
 
Record
SN01297075-W 20070519/070517221440 (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.