Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2011 FBO #3519
SOLICITATION NOTICE

F -- REMEDIAL ACTION CONTRACT (RAC VI)FOR ENVIRONMENTAL REMEDIATION SERVICES

Notice Date
7/12/2011
 
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
N6247311R2201
 
Response Due
9/8/2011
 
Archive Date
12/31/2011
 
Point of Contact
PAMELA SONS 619-532-3304 BEATRICE APPLING, CONTRACTING OFFICER, 619-532-1620
 
E-Mail Address
NAVFAC SW Point of Contact
(pamela.sons@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Facilities Engineering Command (NAVFAC) Southwest, San Diego, California, is preparing to release a Request for Proposal for a Remedial Action Contract (RAC VI) for Environmental Remediation Services at various Navy and Marine Corps Installations in Alaska, Arizona, California, Colorado, Nevada, New Mexico, Oregon, Utah, and Washington. Work may be performed at other Navy and Marine Corp installations within the NAVFAC area of responsibility. However, the majority of the work is anticipated to be in California. The resulting contract will be a Cost-Plus-Award-Fee (CPAF), Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a ceiling of $100,000,000 for a base period of one-year and four one-year option periods. This procurement is being issued under full and open competition. The North American Industrial Classification System (NAICS) Code applicable to this requirement is 562910, Environmental Remediation Services, with a size standard of 500 employees. This contract will focus primarily on environmental restoration projects, but could involve other environmental work such as compliance projects. The services to be provided may include actions such as, but not limited to, the following: performing remedial actions; performing removal actions; performing expedited and emergency response actions; performing pilot and treatability studies; providing facility operation, maintenance, and instruction; performing range cleanup and closure, including range sustainability; providing environmental program assessment; performing RCRA closures; performing site characterizations; performing groundwater characterization studies; and performing other related activities associated with returning sites to safe and acceptable levels. The contaminants will include, but not be limited to, those identified and regulated under the Resource Conservation and Recovery Act (RCRA); the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA); the Toxic Substances Control Act (TSCA); the Solid Waste Disposal Act (SWDA); and petroleum oils and lubricants (POL). A relatively small number of sites may require remediation of radiological or ordnance waste or unexploded ordnance (UXO), discarded military munitions (DMM), or munitions constituents (e.g., TNT, RDX). The included contaminants are predominately solvents, POL, metals, acids, bases, reactives, non-explosive ordnance residues or compounds, polychlorinated biphenyls (PCBs), and pesticides. Contaminants may be present in soils, sediments, groundwater, air, sludge, surface water, and man-made structures. Contaminated sites may be landfills, hazardous waste treatment storage and disposal facilities, tanks, lagoons, fire fighting training areas, or other facilities. Formal source selection procedures in accordance with Federal Acquisition Regulation (FAR) Part 15 will apply to this acquisition. The Government intends to make a single contract award to the qualified and responsible offeror providing the best overall value based on price and non-price factors. Proposed Task Order (PTO) 0001 is a non-time critical removal action at the installation restoration site 2 at Marine Corps Air Station (MCAS), Miramar, California. The Government intends to award PTO 0001 with the base contract, but reserves the right not to award PTO 0001 or to award it at a later date. The Government intends to evaluate proposals and award a contract without discussions, but reserves the right to conduct discussions if determined by the Contracting Officer to be necessary. The minimum guarantee of $25,000 will apply to the entire five-year term of the contract. The aggregate value of task orders issued under the contract will not exceed $100,000,000. The task order range for this contract will be $3,000,000 to $10,000,000. Proposals will be evaluated based on the following evaluation factors: Factor 1 “ Specialized Experience; Factor 2 “ Safety; Factor 3 “ Contract Management; Factor 4 “ Technical Approach (PTO 0001); Factor 5 “ Past Performance; Factor 6 “ Commitment to Socio-Economic Programs; Factor 7 “ Financial Management Systems; and Factor 8 - Cost/Price. Factors 1 through 7 are of equal importance to each other. When the proposal is evaluated as a whole, Factors 1 through 7 combined, are significantly more important than Factor 8. Proposals will be evaluated to determine the proposal that provides the best overall value to the Government based price and non-price factors. A pre-proposal meeting/site visit for the PTO 0001 project is in the process of being scheduled with an anticipated date of 9 August 2011. The specifics are not available at the time of this posting. All firms interested in attending the meeting/site visit must submit the company name, attendee(s) name(s), business address, phone number, citizenship, and email address to Pamela Sons by email at pamela.sons@navy.mil no later than close of business on 29 July 2011. Costs associated with participating in the pre-proposal meeting/site visit or responding to the solicitation will not be compensated. The solicitation will be available by electronic media only and can be downloaded free of charge via the Internet World Wide Web at https://www.neco.navy.mil or https://www.fbo.gov under solicitation number N62473-11-R-2201. There will be no paper copies of this solicitation issued. Amendments will be posted on the NECO and FEDBIZZOPS website for downloading. This will be the only method of distribution; therefore, it is the offeror ™s responsibility to check the website regularly for any amendments to this solicitation. Offeror(s) must be registered in the Central Contractor Registration (CCR) database at https://www.ccr.gov in order to participate in this procurement. The solicitation will be issued on or about 27 July 2011. The anticipated closing date for receipt of proposals is 8 September 2011, 2:00 PM local time. The primary POC for this solicitation is Pamela Sons at 619-532-3304 or pamela.sons@navylmil and the Contracting Officer is Beatrice Appling at 619-532-1620 or beatrice.appling@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A6A/N6247311R2201/listing.html)
 
Record
SN02495817-W 20110714/110712234644-9a40e81118eb92d34538d4331b8d9924 (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.