Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 25, 2007 FBO #2159
SOURCES SOUGHT

S -- Department of Defense Public Private Competition of Environmental Services performed at NAVFAC MIDLANT Hampton Roads, VA

Notice Date
3/13/2007
 
Notice Type
Sources Sought
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, South, 2155 Eagle Drive, North Charleston, SC, 29406, UNITED STATES
 
ZIP Code
29406
 
Solicitation Number
N69450-07-R-0563
 
Response Due
3/30/2007
 
Point of Contact
Agnes Copeland, Contracting Officer, Phone 843-820-5750, Fax 843-820-5819, - Deborah Taylor, Contract Specialist, Phone 843-820-5780, Fax 843-820-5853
 
E-Mail Address
agnes.p.copeland@navy.mil, debby.taylor@navy.mil
 
Description
THIS IS A SOURCES SOUGHT MARKET RESEARCH NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE. The Solicitation Number for this announcement is N69450-07-R-0563. Naval Facilities Engineering Command (NAVFAC), Southeast, solicits for Capability statements from all qualified and interested parties with a priority on: 8(a) firms, Service Disabled Veteran Owned Small Business, and Hub-Zone Small Business firms – first priority; Small Business firms second priority, to participate in Public-Private competition using the Standard Competition process as outlined in the OMB Circular No A-76, OPNAV Instruction 4860.7D, and FAR Part 15 for ENVIRONMENTAL SERVICES performed at NAVFAC MID-ATLANTIC Hampton Roads, VA. The Environmental Services Business Line includes: hazardous waste and regulated waste management including tracking, pick-up, packaging, marking, labeling, transport, storage, and disposal; management of Part B permitted facilities; hazardous spill response; oily wastewater (biological) and industrial waste (chemical) plant operations; environmental laboratory sampling and testing of all media; oil spill response and recovery of oil from the water; placement and maintenance of booms; boat maintenance/repairs including marine engines; collection, transport, and disposal of used oil and industrial wastewater; asbestos abatement or removal; insulation services; and interior and exterior pest/vegetation control and pesticide/herbicide application; and facility inspections. The successful service provider will be selected on the basis of LOW PRICED- TECHNICALLY ACCEPTABLE (LPTA) evaluation criteria under a negotiated, Source Selection Process. The competition will result in either a Letter of Obligation, if award to the Most Efficient Organization (MEO), or a contract, if awarded to a private firm. A contract, if awarded, will be firm fixed price. The performance term will include a Phase-In Period of six (6) months, a Base Period of six (6) months and 4 Option Periods (12 months each), for a total of 5 years in duration. The 2002 NACIS Code for the proposal acquisition is 562211, Hazardous Waste Treatment and Disposal, and the small business size standard is $11.5 Million. Under FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with its own employees. The Government will use responses to this SOURCES SOUGHT market survey to make appropriate acquisition decisions. A decision will be made to issue this solicitation as a competitive set-aside for 8(a), Service Disable Veteran Owned, Hub-Zone Small Business, Small Business contractors or to issue an Unrestricted solicitation, inviting full and open competition. The estimated cost of this acquisition is over $10,000,000. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statement consisting of appropriate documentation, literature, brochures, and references anticipated to be five to ten pages, following the set format. Respondents must include references and a capability statement for at least two completed projects within the last three years that are similar to the work and within the same dollar value magnitude (adjusted for inflation) of this notice. Each reference shall include the company name, and title, telephone number, and point of contact. The capability statements for each project should be numbered consistent with the below requirements followed by supporting documentation. Offerors need to provide a list of projects by contract numbers, project titles, dollar amounts, and evidence of the following specific capabilities: 1. Recent and relevant federal government experience within the last 3 calendar years, for projects of similar size, scope, and complexity to the project proposed above. 2. Provide proof of SBA certification for either 8(a) or HubZone status. The Capabilities Statement for this Sources Sought Market Survey is not expected to be a proposal, but rather short statements regarding the company’s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. This Sources Sought market survey is for information and planning purposes only and should not be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, HubZone Small Business, Small Business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition. Offers that do not meet all requirements or submit within the allotted time will not be considered. Electronic submissions will be accepted. The responses to this SOURCES SOUGHT MARKET SURVEY may be emailed to agnes.p.copeland@navy.mil or mailed to Naval Facilities Engineering Command, Southeast, Attn: Agnes Copeland, Code COE1APC, P.O. Box 190000, 2155 Eagle Drive, North Charleston, SC 29419-9010. Responses must be received by this office no later than 30 March 2007 by 3 P.M. Eastern Daylight Savings Time referencing solicitation number N69450-07-R-0563. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAR-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 23-OCT-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVFAC/N62467/N69450-07-R-0563/listing.html)
 
Place of Performance
Address: Hampton Roads, Virginia
Zip Code: 23508-1278
Country: UNITED STATES
 
Record
SN01439772-F 20071025/071023234754 (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.