Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 22, 2013 FBO #4108
MODIFICATION

99 -- ESG Vandenberg Performance Based Remediation (PBR) - DRAFT RFP Questions and Answers

Notice Date
2/20/2013
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ESG - Enterprise Sourcing Group, Building 1, 1940 Allbrook Dr, Wright Patterson AFB, Ohio, 45433-5006, United States
 
ZIP Code
45433-5006
 
Solicitation Number
FA8903-12-R-0033
 
Point of Contact
Rebecca D.M. Quint, Phone: 2103958754, Tracy Eubanks, Phone: 2103958744
 
E-Mail Address
rebecca.quint@us.af.mil, tracy.eubanks.1@us.af.mil
(rebecca.quint@us.af.mil, tracy.eubanks.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Update to DRAFT Statement of Objectives (SOO) Government responses to questions pertaining to the DRAFT RFP. THE PURPOSE OF THIS AMENDMENT TO THE PRE-SOLICITATION NOTICE IS TO PROVIDE ANSWERS TO THE DRAFT RFP QUESTIONS SUBMITTED FOR THE SUBJECT REQUIREMENT, TO UPDATE DRAFT DOCUMENTS, AND PROVIDE REVISED ACQUISTION STRATEGY INFORMATION AND SCHEDULE. NO FORMAL SOLICITATION HAS BEEN ISSUED TO-DATE. NO RESPONSES ARE REQUIRED AT THIS TIME. This pre-solicitation notice is being updated for the purpose of providing answers to the DRAFT Request for Proposal (RFP) questions. Response to the request for questions was strictly voluntary and will not affect any firm's ability to submit an offer when a Final Solicitation is released. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. This requirement is to provide a Performance-Based Remediation (PBR) approach for Site Closeout (SC) involving remedial action efforts at Vandenberg AFB in California. The PBR initiative has an overarching goal to implement remedies as necessary to protect human health and the environment that maximizes the number of SCs or advance sites as close to SC as practicable during the Period of Performance (POP) in a cost effective manner. It is desirable to the Government that Life-Cycle Costs (LCC) be reduced. If SC with no new institutional controls is not obtainable within the POP of this effort, the Contractor shall outline the Optimization Exit Strategy (OES) that will be implemented to accomplish SC. The Contractor shall perform all necessary environmental construction and engineering activities required to meet the performance objectives identified in the corresponding DRAFT Statement of Objective (SOO). The DRAFT SOO has been updated (dated 20 February 2013) and is provided as an attachment to this amendment. The Period of Performance remains at 120 months from date of award. 1. Site Visit: A site visit took place between 15 and 18 October 2012 at Vandenberg AFB. Attendance at the site visit is not required to participate in any resulting solicitation. Firms will not be reimbursed for bid and proposal costs incurred. 2. Updated Schedule: The below schedule is provided as an update for this requirement. This schedule is subject to change based on actual release of the Final RFP. Final RFP Release - 28 February 2013 Proposal Due Date - 15 April 2013 Award Date - 8 September 2013 NOTE: If your firm elects to participate in the proposal process for this requirement and the projects are not funded, you shall not be entitled to submit any claim for bid and/or proposal costs. The Government reserves the right to cancel this requirement at any time. 3. CCR and ORCA Requirements: Please be advised of on-line registration requirement in Central Contractor Registration (CCR) database http://www.ccr.gov/ and directed DRAFT solicitation provisions concerning electronic annual On-line Representations and Certifications (ORCA) at http://orca.bpn.gov. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective for one year from date of submission or update to ORCA. 4. Availability of DRAFT Documents: Copies of the DRAFT solicitation are available by INTERNET ACCESS ONLY. All DRAFT documents will be posted and made available for viewing in FedBizOpps (http://www.fbo.gov). 5. Key Documents: Documents listed as Key Documents in DRAFT Enclosure 2 of the SOO are included under the following link: https://docs.google.com/folder/d/0B4B46sya0IUwck5nbnNvR0xUeG8/edit If you experience difficulties accessing the site, please contact Ms. Larisa Dawkins (larisa.dawkins@us.af.mil). Please copy the Contracting Officer and Contract Specialists on all correspondence (rebecca.quint@us.af.mil; latorie.bivins@us.af.mil; and tracy.eubanks.1@us.af.mil. Please note that the primary contract specialist for this requirement is Ms. LaTorie Bivins. 6. Acquisition Strategy: This requirement will be issued under a Full and Open Competition Strategy.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/74c7345443d46a2d896daa48ca0dd467)
 
Place of Performance
Address: Vandenberg Air Force Base, Santa Barbara, California, United States
 
Record
SN02991236-W 20130222/130220234404-74c7345443d46a2d896daa48ca0dd467 (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.