SOLICITATION NOTICE
F -- Service-Disabled Veteran-Owned Small Business Environmental Multiple Award Contract for Environmental Remediation Services at various locations in the NAVFAC Southwest area of responsibility
- Notice Date
- 9/17/2009
- Notice Type
- Presolicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- N62473 NAVFAC SOUTHWEST, ENVIRONMENTAL CONTRACTS CORE CODE RAQE0 1220 Pacific Highway San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N6247309R2628
- Response Due
- 11/3/2009
- Archive Date
- 11/18/2009
- Point of Contact
- Amy Jeli 619-532-1677
- E-Mail Address
-
amy.jeli@navy.mil
(amy.jeli@navy.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- THIS SOLICITATION IS SET ASIDE FOR SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES. Naval Facilities Engineering Command (NAVFAC), Southwest, San Diego, California, is preparing to release a Request for Proposal (RFP) for Environmental Remediation Services at various locations in Arizona, California, Colorado, Nevada, New Mexico, and Utah, and other locations nationwide. The majority of the work is anticipated to be in California. Resulting Contracts will be fixed price, Indefinite Delivery/Indefinite Quantity (IDIQ), Environmental Multiple Award Contracts (EMAC). This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses. The North American Industrial Classification System (NAICS) Code applicable to this requirement is 562910, Environmental Remediation Services, with a small business size standard of 500 employees. The contract(s) will be awarded for a base period of one year with four one year options periods. The minimum guarantee for each contract is $5,000. The minimum guarantee applies to the five-year term of the contract. The aggregate value of all task orders issued under the resulting contract(s) shall not exceed $50,000,000. The task order range is $50,000 to $500,000. The services to be acquired will be to perform environmental remedial actions; removal actions; remedial design; expedited and emergency response actions; pilot and treatability studies; remedial action systems operation and maintenance; and other related activities associated with returning sites to safe and acceptable levels of contamination. Remedial actions may include, but will not be limited to capping landfills, pump-and treat remediation, bioremediation, soil vapor extraction, natural attenuation, bioventing, air sparging, thermal treatment, phytoremediation, soil washing, and free product recovery. FAR Part 15 is applicable to this acquisition. Contracts will be awarded based on "Best Value" to the Government, price and other factors considered. The Government intends to award a minimum of 3 and a maximum of 5 contracts. Fair opportunity will be provided for all resulting task orders in accordance with FAR 16.505(b). Proposals will be evaluated based on the following evaluation factors: Factor 1 - Past Performance, Factor 2 - Specialized Experience, Factor 3 - Contract Management, Factor 4 - Technical Approach (Proposed Task Order 0001), Factor 5 - Price for PTO 0001. The Proposed Task Order 0001 (PTO 0001) is for groundwater monitoring and reporting, and well destruction for various UST sites at Marine Corps Base (MCB) Camp Pendleton, CA. The Government intends to award without discussions. A pre-proposal site visit and meeting will be held on 8 October 2009 at 10:00 AM at MCB Camp Pendleton, CA. Exact meeting location and directions to the site visit will be posted on NECO/FedBizopps website prior to 8 October 2009. All firms interested in attending the site visit must submit the Company Name, attendees Legal Name, business address, and phone number to Amy Jeli by email at amy.jeli@navy.mil or fax to (619) 532-1155 no later than 30 September 2009. In order to drive aboard MCB Camp Pendleton, the driver of each vehicle will be required to provide a valid drivers license, current automobile registration and current proof of insurance. Due to space limitations, participation is limited to two (2) representatives from each firm. Costs associated with participating in the pre-proposal site visit/meeting or responding the solicitation will not be compensated. Directions to the site visit will be posted on NECO/FedBizopps website. The solicitation will be available by electronic media only and will be available for download free of charge via the Internet World Wide Web at https://www.neco.navy.mil or https://www.fbo.gov under solicitation number N62473-09-R-2628. There will be no paper copies of this solicitation issued. Amendments will be posted on NECO web site for downloading. This will be the only method of distribution; therefore, it is the offeror(s) responsibility to check the web site regularly for any amendments to this solicitation. Offeror(s) must be registered in the Contractor's Central Registration (CCR) https://www.bpn.gov/ccr/ in order to participate in this procurement. The solicitation will be issued on or about 2 October 2009. The anticipated closing date set for receipt of proposals is 3 November 2009, 2:00 PM local time. The primary POC for this solicitation is Amy Jeli at 619-532-1677 or amy.jeli@navy.mil and the Contracting Officer is Bea Appling at 619-532-1620 or Beatrice.appling@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A6A/N6247309R2628/listing.html)
- Record
- SN01959947-W 20090919/090918001229-e81f7c8a996d937628e6624b6a3bcf61 (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 |