Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2009 FBO #2670
SOURCES SOUGHT

F -- SOURCES SOUGHT FOR IDIQ EMAC FOR MUNITIONS RESPONSE PROGRAM (MRP) SERVICES AT VARIOUS LOCATIONS WITHIN THE NAVFAC SW AREA OF RESPONSIBILITY

Notice Date
3/17/2009
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC SOUTHWEST, ENVIRONMENTAL CONTRACTS CORE, N62473 NAVFAC SOUTHWEST, ENVIRONMENTAL CONTRACTS CORE CODE RAQE0 1220 Pacific Highway San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N6247309RMRPE
 
Response Due
4/2/2009
 
Archive Date
4/17/2009
 
Point of Contact
Amy Jeli, Contract Specialist, 619-532-1677
 
Small Business Set-Aside
Total Small Business
 
Description
N6247309RMRPE SOURCES SOUGHT FOR IDIQ EMAC FOR MUNITIONS RESPONSE PROGRAM (MRP) SERVICES AT VARIOUS LOCATIONS WITHIN THE NAVFAC SW AREA OF RESPONSIBILITY This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision making process and will not be disclosed outside of the agency. A decision will be made whether to issue the proposed solicitation as a competitive set-aside for U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned, and/or Small Businesses, or whether to issue as full and open competition (unrestricted). No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the evaluation. Naval Facilities Engineering Command Southwest is seeking SBA certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned and/or other Small Business sources with current relevant experience, personnel, and capability to perform a multiple award contract for Munitions Response Program (MRP) services consisting of munitions response and incidental environmental remediation at sites which potentially contain munitions and explosives of concern (MEC), Material Potentially Presenting an Explosive Hazard (MPPEH), munitions debris (MD), and munitions constituents (MC). Work will focus on bringing MRP sites through the remedial or removal phases of CERCLA including planning documentation, remedial actions, emergency removal actions, time critical removal actions (TCRAs), and non time critical removal actions (NTCRAs), but could also involve range sustainment or compliance projects. Work may include, but is not limited to, the following activities at sites which potential! ly contain MEC:.systematic archival records search to determine the past history of MEC use, storage, handling, and disposal;.site assessment, investigation (e.g. sampling and analysis), characterization (e.g. type and extent);.assessment of explosive safety, human health, and environmental risk;.geophysical investigations and analysis of data;.evaluation, selection, and design of remediation or response alternatives;.evaluation and selection of detection alternatives;.search, detection, and positive identification of MEC or other contaminants;.removal, demolition, explosive free certification, demilitarization, packaging, shipment and storage of MEC or other contaminants;.transporting and disposal of MEC or other contaminants;.providing defensible documentation of results including GIS data base in standard format compatible with Navy's IT software and hardware;.recurring review of response action sites;.determination and documentation of remaining post-removal site risk and compatible site uses;.risk communication Task orders issued under the multiple award contracts will be performed predominantly at a Navy and Marine Corps installations and other Government locations within the area of responsibility (AOR) of Naval Facilities Engineering Command Southwest. Work may be located in Arizona, California, New Mexico, Nevada, Colorado, Utah and other locations nationwide as deemed necessary to meet workload requirements. However, the majority of the work is expected to be performed in California. The North American Industry Classification System (NAICS) Code is 562910 (Remediation Services) with a Small Business Size Standard of 500 employees. The proposed contract will be for one base year with 4 one-year renewable options, resulting in the contract performance period of a maximum 5 years. The estimated aggregate total price for the base year and all option years combined is $50,000,000. Task order range is estimated between $50,000 and $3,000,000. Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate file titled "Sources Sought Information Form." 1) Contractor Information: Provide your firm's contact information. 2) Type of Business: Identify whether your firm is a SBA certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned and/or other Small Business concern. For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov/. 3) Locations: Identify which locations you are willing to work. 4) Experience: Submit a maximum of 5 government or commercial contracts/projects your firm has completed in the last 5 years demonstrating your experience in MRP services as indicated in this announcement within the cost range of $100,000 to $3,000,000. For each of the contracts/projects submitted for experience, provide the title; location; whether prime or subcontractor work; award and completion ! dates; contract or subcontract value; a narrative description of the product/services provided by your firm; and customer information including point of contact, phone number, and email address. Responses to this Sources Sought announcement are due no later than 2:00 p.m. (local time) on Thursday, April 2, 2009. Please address your response to Naval Facilities Engineering Command Southwest, Attn: Amy Jeli, Code RAQE0.AJ, 1220 Pacific Highway, San Diego, CA 92132-5190. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. Any resulting solicitation will be posted to the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil. All NAVFAC Southwest solicitations are posted on NECO and begin with "N62473." Interested parties are responsible for checking this website regularly for new solicitations.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f352a04aa08993a8a06975ffbf06a66e&tab=core&_cview=1)
 
Place of Performance
Address: 1220 Pacific Hwy, San Diego, CA<br />
Zip Code: 92132<br />
 
Record
SN01771098-W 20090319/090317220405-5db0e0ed4b26a4afb0442cae102e8084 (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.