Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2008 FBO #2498
SOLICITATION NOTICE

99 -- Long-Term Monitoring and Operations and Maintenance (LTM O&M) Envrionmental Services Indefinite-Delivery Indefinite Quantity (IDIQ) Contract

Notice Date
9/26/2008
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Northwest, N44255 NAVFAC NORTHWEST 1101 Tautog Circle Silverdale, WA
 
ZIP Code
00000
 
Solicitation Number
N4425508R3019
 
Response Due
11/10/2008
 
Archive Date
12/10/2008
 
Point of Contact
Joel Deare 360-396-0982 Paul Anishanslin, 360-396-0230
 
Small Business Set-Aside
8a Competitive
 
Description
N44255-08-R-3019---THIS PRE-SOLICITATION NOTICE IS A 100% 8(a) SET-ASIDE COMPETITIVE PROCUREMENT AND IS OPEN ONLY TO 8(a) FIRMS. The Request for Proposal will be issued on 10 October 2008. The proposal due date is scheduled for 10 November 2008. The North American Industry Code Standard (NAICS) is 562910, Environmental Remediation Services, and the annual size standard is $13.0 million.This procurement is to provide for a Long-Term Monitoring and Operation and Maintenance (LTM O&M) Environmental Services Indefinite-Delivery Indefinite Quantity (IDIQ) contract for facilities located within the Naval Facilities Engineering Command Northwest (NAVFAC NW) Area of Responsibility (AOR) which includes the states of Washington, Oregon, Idaho, Montana, Alaska, and Wyoming. It is anticipated that the work will primarily be in the states of Washington and Alaska.The procurement consists of one solicitation with the intent to award a contract to the responsible offeror whose proposal, conforming to the Request for Proposal (RFP), will be most advantageous to the Government resulting in the Best Value, price and technical factors considered. AWARD MAY BE MADE TO A FIRM OTHER THAN THAT SUBMITTING THE LOWEST PRICE. OFFERORS ARE ADVISED AWARD MAY BE MADE WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. THEREFORE OFFERORS' PROPOSALS SHOULD CONTAIN THE OFFERORS' BEST TERMS. CONTRACT DESCRIPTION. This is an IDIQ contract with pre-established fixed price unit prices. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his/her properly authorized representative, who will issue written task orders to the contractor. Award of task orders will be on a firm fixed price basis. Types of projects include long-term monitoring, assessments and reporting on effectiveness of remedial actions, and the operations and maintenance required to support typical environmental restoration or environmental compliance actions such as natural attenuation in a marine or terrestrial environment, landfill caps, water treatment systems, phytoremediation, shoreline, soil vapor extraction, bioventing, steam or air sparging, aquatic sediment caps, infiltration barriers, leach basins, in-situ oxidation, and free product recovery.ADDITIONAL INFORMATION. The basic contract period will be for 12 months with four 12-month options for a total maximum duration of 60 months or an aggregate value of $40 million for all task orders awarded, whichever occurs first. The task order range for this contract is between $10,000 and $5,000,000. The government guarantees a minimum award amount of $10,000 for the contract.The Small Business Administration (SBA) assigned number for this procurement is 1013-08-811136. Competition for this procurement is limited to eligible 8(a) concerns only with no geographical restrictions.Joint Venture Agreements - Joint Venture Agreements are allowable on competitive 8(a) set-asides, however, the joint venture agreement must be received by SBA prior to cost proposal due date and approved before award of a resulting contract. If you are contemplating a joint venture on this project, you must advise your Business Opportunity Specialist (BOS) as soon as possible. It is also recommended that the agreement be submitted as soon as practicable to ensure compliance with established regulations. Any corrections and/or changes needed can be made only when your BOS has adequate time for a thorough review before the proposal due date. NO CORRECTIONS AND/OR CHANGES ARE ALLOWED AFTER TIME OF SUBMISSION OF PROPOSAL OR BIDS.THIS SOLICITATION WILL BE OFFERED IN ELECTRONIC FORMAT ONLY. NO HARD COPIES WILL BE PROVIDED. The solicitation will be available on Navy Electronic Commerce Online (NECO) at https://www.neco.navy.mil/. The only plan-holder list available is via the NECO website under this solicitation number. Amendments will be posted on the website. This will be the only method of amendment distribution; therefore, it is the OFFERORS' RESPONSIBILITY TO CHECK THE WEBSITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Prospective offerors MUST register themselves on the website. Offerors must also be registered in the Contractors Central Registration (CCR) system at http://www.ccr.gov/ in order to participate in this procurement.All inquiries should be submitted to Mr. Joel Deare at (360) 396-0982 or via email to joel.deare@navy.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=11697f0fe2d4915768e7269811a98d94&tab=core&_cview=1)
 
Record
SN01683032-W 20080928/080926220614-d965346485abb08e71143d8af5e11a05 (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.