Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2010 FBO #3049
SOLICITATION NOTICE

99 -- Remediation Services

Notice Date
3/29/2010
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
N69450 NAVFAC SOUTHEAST, SOUTHEAST Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6945010R0104
 
Archive Date
4/30/2011
 
Point of Contact
Belinda McNutt 9045426920
 
E-Mail Address
belinda.mcnutt@navy.mil
(belinda.mcnutt@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This procurement is being solicited as a competitive performance-based, Environmental Multiple Award Contract under one solicitation resulting in the award of approximately five (5) Firm-Fixed Price (FFP) contracts with provisions for ordering Indefinite Delivery Indefinite Quantity (IDIQ) work. The solicitation will be issued as a 100% Small Business set-aside. The Solicitation Number for this announcement is N69450-10-R-0104. The objective of this procurement is to obtain services for performing remedial actions at environmentally contaminated sites predominately at Navy and Marine Corps installations and other Government agencies within distinct area of the State of Florida, by the Environmental Protection Agency Region 4. However the Navy reserves the right to provide service coverage to any NAVFAC AOR, CONUS and OCONUS. The sites will consist of those ranked on the Superfund National Priority List (NPL) as well as non-NPL sites regulated under Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), Resource Conservation and Recovery Act (RCRA), Underground Storage Tanks (UST), and other sites, which might require remedial action. This contract focuses primarily on environmental restoration projects but could involve other environmental work such as compliance projects. The work to be ordered under this contract will be performed at various locations within Naval Facilities Engineering Command, Southeast (NAVFAC SE) footprint. Work will be located in the State of Florida. The exact location of the required effort will be specified in the individual Contract Task Orders. All work shall be in accordance with Department of the Navy Environmental Restoration Program Manual, OPNAV 5090.1c, MCO 5090.2, and all other appropriate federal, state, and local laws and regulation. The NAICS Code for this procurement is 562910, Remediation Services. The Small Business Size Standard is 500 employees. The Federal Supply Code is F108, Hazardous Removal/Clean-up/Disposal Operations. Under FAR guidelines, the prime contractor must have the capability to perform at least 50 percent of the contract work with its own employees. The proposed solicitation will be formatted as a Request for Proposal (RFP) in accordance with requirements designated by sections of FAR 15.203 and NFAS for a negotiated procurement. The Two-Phase RFP procedures will be utilized for this procurement in accordance with FAR 36.3. The Phase I RFP will be issued on April 13, 2010 with a proposal due date approximately May 12, 2010. The Phase I RFP will be available for viewing and downloading at www.neco.navy.mil and at https://www.fbo.gov. Prospective offeror's must be register on the website. Amendments will be posted on the website for downloading. This will be the only method of distributing amendments; therefore, it is the offeror's responsibility to check the website periodically for any amendments to this solicitation. Offeror's must also be registered in the Contractor's Central Registration (CCR) in order to participate in this procurement. The website for the CCR is http://www.bpn.gov. Technical inquiries must be emailed 15 days before proposals are due to the address listed above to: belinda.mcnutt@navy.mil or jacquelyn.s.jackson@navy.mil. Phase I will consist of the following evaluation factors: 1) Corporate Experience and Key Personnel, 2) Past Performance and 3) Safety. Phase II evaluation factors will consist of: 4) Contract Management, 5) Technical Approach, and 6) Price. Those offeror's selected for Phase II will be required to submit technical and price proposals for the seed project. The contract will be for a term of five years consisting of a base year, with four one-year option periods. The total estimated aggregate value of this procurement is $30,000,000.00. Point of Contact is Belinda McNutt at (904) 542-6920 or Jacquelyn Jackson, (904) 542-6914; Email: belinda.mcnutt@navy.mil or jackquelyn.s.jackson@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N69272/N6945010R0104/listing.html)
 
Record
SN02105588-W 20100331/100329235138-639d057eea837f1050051945fa4420f5 (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.