MODIFICATION
99 -- ESG Performance-Based Remediation (PBR) at the Massachusetts Military Reservation, MA - Responses to Draft RFP and Site Visit Questions
- Notice Date
- 9/11/2013
- 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
- FA8903-13-R-0070
- Point of Contact
- Thomas L. Steinman, Phone: 2103958706, Linda L Cavazos, Phone: 2103958732
- E-Mail Address
-
thomas.steinman.1@us.af.mil, linda.cavazos@us.af.mil
(thomas.steinman.1@us.af.mil, linda.cavazos@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Responses to Draft RFP and Site Visit Questions ______________________________________________________________________________ 11 September 2013 The responses to the questions from the Draft RFP and site visit are provided in the attached document. Also, the formal pre-solicitation notice is provided below. THIS IS THE FORMAL PRE-SOLICITATION NOTICE IN ACCORDANCE WITH FAR 5.204. ****PLEASE DO NOT SUBMIT A PROPOSAL.***** The 772d Enterprise Sourcing Squadron (ESS/PKS), JBSA Lackland, TX 78236-9853, is preparing to release a Request for Proposal (RFP) for Performance-Based (PBR) Remediation for the Massachusetts Military Reservation (MMR), MA requirement. This is a major source selection for environmental remediation in support of AFCEC and its customer at MMR, MA. Source selection procedures as prescribed in FAR Part 15 and FAR supplements thereto will be followed. The resultant contract is contemplated to be a stand-alone "C" contract with a firm-fixed price (FFP) pricing arrangement. The North American Industry Classification System (NAICS) Code for this Acquisition is 562910. This requirement will be issued as a 100% Small Business Set-Aside. NOTE: Firms will NOT be reimbursed for bid and proposal costs incurred. Therefore, 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. DESCRIPTION OF PROPOSED WORK / LOCATION OF WORK: This requirement is to provide a PBR approach for Site Closeout (SC) involving remedial action efforts at the MMR, MA. 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 remediation activities required to meet the performance objectives identified in the Performance Work Statement. Reference the latest Draft PWS and attachments posted to FEDBIZOPPS for the latest documents. TENTATIVE DATES: Issuance of Final RFP: on or about 7 Oct 2013 Proposal Due Date: on or about 14 Nov 2013 POP: Estimated at 120 months from date of award It is the contractor's responsibility to check the FINAL RFP for the actual issuance date, proposal due date/time, and delivery address. The FINAL RFP and all applicable documents will be posted/uploaded onto the FEDBIZOPPS website. System for Award Management (SAM) is the Official U.S. Government system that consolidated the capabilities of CCR/FedReg, ORCA, and EPLS. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The Procuring Contracting Office is: 772 Enterprise Sourcing Squadron (ESS/PKS) 2261 Hughes Ave, Ste 163 JBSA Lackland, TX 78236-9853 POCs: Linda L. Cavazos, Contracting Officer, linda.cavazos@us.af.mil Thomas Steinman, Contract Specialist, thomas.steinman.1@us.af.mil ______________________________________________________________________________ 21 August 2013 A site visit summary is hereby included in the attached document. ______________________________________________________________________________ 13 August 2013 The link to access the key documents has changed and is listed below: https://docs.google.com/folderview?id=0B7C6fNCR-IRORF95TmFjcTNjNE0&usp=sharing Please use this link as opposed to what is listed in the Draft RFP document. The Google Drive should be accessible through Internet Explorer; however; to obtain full capability of the site, it is best to download Google Chrome as the preferred web browser. Google Chrome is available for download at https://www.google.com/chrome. ______________________________________________________________________________ 1 August 2013 The Site Visit information is hereby included in the attached document. The due date for questions has changed and is reflected below. ______________________________________________________________________________ 31 July 2013 DRAFT RFP-30 Jul 2013 - QUESTIONS AND COMMENTS DUE: 11:00 AM CT on 20 August 2013 ______________________________________________________________________________ THIS IS A REQUEST FOR SUBMISSION OF QUESTIONS CONCERNING A DRAFT SOLICITATION FOR PLANNING PURPOSES ONLY. THIS REQUEST IS NOT A FINAL SOLICITATION. ****PLEASE DO NOT SUBMIT A PROPOSAL.***** This pre-solicitation notice is being updated for the purpose of obtaining industry feedback concerning DRAFT Request for Proposal (RFP) information. Response to the request for questions is strictly voluntary and will not affect any firm's ability to submit an offer if, or when, a Final Solicitation is released. However, we highly encourage you to reply. The request is for planning purposes only and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. There is no entitlement to payment by the Government of direct or indirect costs or charges that arise as a result of the submission of information in response to this notice. 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 the Massachusetts Military Reservation (MMR), MA. 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 activities required to meet the performance objectives identified in the corresponding DRAFT Performance Work Statement (PWS), dated 27 June 2013. The POP is estimated at 120 months from date of award. 1. Firms will not be reimbursed for proposal costs incurred. 2. Request for Questions: The Government anticipates a Final Solicitation to be released in October 2013. This notification is provided to allow early review of DRAFT solicitation documentation for this requirement. Questions concerning the DRAFT Request for Proposal (RFP) are due by 11:00 AM CT on 20 August 2013. Questions/Comments regarding the DRAFT RFP should be sent to: linda.cavazos@us.af.mil and thomas.steinman.1@us.af.mil. 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/folderview?id=0B7C6fNCR-IRORF95TmFjcTNjNE0&usp=sharing (No username or password required) 6. The final RFP will be a 100% Small Business Set-Aside. 7. The Procuring Contracting Office is: 772 Enterprise Sourcing Squadron (ESS/PKS) 2261 Hughes Ave, Ste 163 JBSA Lackland, TX 78236-9853
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8e0aa6da9fd729f3154ce89afe1aa8da)
- Place of Performance
- Address: Massachusetts Military Reservation, MA, United States
- Record
- SN03183510-W 20130913/130911235518-8e0aa6da9fd729f3154ce89afe1aa8da (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 |