Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2007 FBO #2063
SOLICITATION NOTICE

Z -- ADAK OUB-1 Remedial Action

Notice Date
7/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Northwest, 1101 Tautog Circle, Silverdale, WA, 98315-1101, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N44255-07-R-0012
 
Response Due
8/3/2007
 
Archive Date
8/18/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation No: N44255-07-R-0012 Title: ADAK OUB-1 REMEDIAL ACTION Type: RFP ~ Pre-Solicitation Notice Status: Pre-Bid/Proposal Location: Adak Island, Alaska Issue Date: August 3, 2007 Due Date: September 19, 2007 Estimated Award Date: December 3, 2007 Est. Price Range: Between $20,000,000 and $25,000,000 Preference Program: Small Business Set-Aside Contracting POC: Eileen S. Mitchell 360.396.0902 eileen.mitchell@navy.mil Posted on Web: Yes Synopsis or Description THE GOVERNMENT INTENDS TO AWARD A FIRM-FIXED PRICE CONTRACT UNDER SOLICITATION/REQUEST FOR PROPOSAL N44255-07-R-0012, OUB-1 REMEDIAL ACTION, AT THE FORMER NAVAL COMPLEX, ADAK ISLAND, ALASKA. THIS SOLICITATION IS A SMALL BUSINESS SET-ASIDE. The NAICS Code for the proposed acquisition is 562910, Remediation Services, and the business size standard is 500 employees. The Federal Supply Code is Z299. Naval Facilities Engineering Command, Northwest is seeking to award a Firm Fixed-Price Contract to provide Remedial Services at the former Naval Complex Adak Island, AK. The project includes all labor, material, equipment and associated costs to develop required project plans and complete a 100 percent munitions clearance of three areas of concern (AOC), totaling about 366 acres. This clearance will be completed from the surface to a depth of four feet below the mineral surface layer, in accordance with the remedy presented in the Adak Operable Unit B-1 Record of Decision (ROD). The project must be completed to the satisfaction of the Navy, State of Alaska, and the US Environmental Protection Agency. Award Information: The Government will award a Firm-Fixed Price contract to the Offeror considered to be the ?best value? to the Government, price and non-price related factors considered. Offerors will be evaluated on: Factor I: Relevant Experience; Factor II: Past Performance; Factor III: Technical Approach; Factor IV: Schedule and Coordination; Factor V: Price. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiated with any or all proposers; use of 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 should be advised THE GOVERNMENT INTENDS TO EVALUATE PROPOSALS AND AWARD WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most favorable terms. The solicitation, including plans and specifications, will be available for viewing and downloading at http://esol.navfac.navy.mil, upon issuance. Prospective Offerors must and should immediately register themselves on the web site. Amendments will be posted on the web site. This will normally be the only method of amendment distribution; therefore, it is the OFFEROR?S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Offeror?s must also be registered in the Contractors Central Registration (CCR) in order to participate in this procurement at http://www.ccr2000.com. All inquiries should be submitted to Ms. Eileen Mitchell (360) 396-0902 or via email to eileen.mitchell@navy.mil.
 
Place of Performance
Address: Adak Island, AK
Zip Code: 99546-1925
Country: UNITED STATES
 
Record
SN01347224-W 20070721/070720002252 (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.