MODIFICATION
S -- Presolicitation Notice - Maintenance and Servicing of GreaseTraps and Removal and Disposal of Sewage Plant Sludge
- Notice Date
- 11/1/2010
- Notice Type
- Modification/Amendment
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- N40085 NAVFAC MID-ATLANTIC, ROICC CHERRY POINT PCS Box 8006 CGMASCherry Point Cherry Point, NC
- ZIP Code
- 00000
- Solicitation Number
- N4008510R3546
- Point of Contact
- Kim Lacy 910-451-2581 ext 5248
- Small Business Set-Aside
- N/A
- Description
- This is not a request for either a quote or proposal. The intent ofthis pre-solicitation notice is to identify potential offerors of thefollowing upcoming requirement: Description: Maintenance and Servicing of Grease Traps and Removal/Disposalof Sewage Plant Sludge aboard Marine Corps Air Station Cherry Point, NC. This is a new contract. Scope of Work: The Contractor shall provide all labor, management,supervision, tools, material and equipment required to perform FacilitiesInvestment services to accomplish the pumping of the grease traps, sealedvault toilets and the removal and disposal of Sewage Plant Sludge throughland application at Marine Corps Air Station Cherry Point, North Carolina. The Firm Fixed Price work typically will include the pumping of the greasetraps and sealed vault toilets to ensure they are fully functional and innormal working condition. The Contractor shall clean designated grease traps and remove and disposeof grease to ensure they function properly. The Contractor shall performmaintenance and incidental repairs for sealed vault toilets to ensure properoperation, to minimize breakdowns, and to maximize useful life. The IDIQportion of the contract involves the removal and disposal of sewage plantsludge. The work typically includes removal and disposal using subsurfaceand surface injection, application of lime and alkaline stabilizing andstabilized liquid sludge. The Contractor shall provide sufficient material, labor, equipment,supervision, and transportation to fulfill all requirements of the contractin accordance with the timeliness standards as set forth by the Government. The proposed contractor's work plan shall comply with all applicableFederal, State, and Local Regulations. Additional requirements will beprovided in the solicitation. The Government intends to award a Firm-Fixed Price/Indefinite Delivery,Indefinite Quantity (FFP/IDIQ) contract. The resultant contract will includea base period of 12 months plus four (4) one-year option periods, to beexercised at the discretion of the Government. The total term of thecontract, including all options, will not exceed 60 months. The Contractormay be required to continue performance for an additional period up to six(6) months under the "Option to Extend Services" clause. In either case, theGovernment will not synopsize the options when exercised. The applicable North American Industry Classification System (NAICS) code is561210 and the annual size standard is $35.5 Million. The proposed solicitation listed here will be issued as a small businessset-aside. The solicitation will utilize evaluation factors including price, pastperformance, safety and technical capability to meet the Government's need. Offerors can view and/or download the solicitation athttps://www.neco.navy.mil/ when it becomes available. All interestedofferors shall register at the website. The solicitation will be availableon or around 8 November 2010. The estimated date for receipt of proposals ison or around 1 December 2010. The solicitation will be available inelectronic format only. Please direct questions, comments, or notifications of interest to Kim Lacyat kimberly.c.lacy@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CP/N4008510R3546/listing.html)
- Record
- SN02320005-W 20101103/101101233923-37b33a3d71123486d901d37d967d42a9 (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 |