DOCUMENT
Z -- Environmental Remediation Services - Attachment
- Notice Date
- 4/10/2014
- Notice Type
- Attachment
- NAICS
- 562910
— Remediation Services
- Contracting Office
- N62470 NAVFAC Atlantic Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
- Solicitation Number
- N6247014R9010
- Response Due
- 4/30/2014
- Archive Date
- 5/15/2014
- Point of Contact
- Mary Lassiter, 757-322-4593, mary.lassiter@navy.mil
- E-Mail Address
-
mary.lassiter@navy.mil
(mary.lassiter@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT SYNOPSIS FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. This sources sought synopsis is being used as a market research tool to determine the availability and adequacy of potential qualified 8(a) small business concerns, Historically Underutilized Business Zone (HUBZone) small business concerns, Service Disabled Veteran Owned Small Business, and Small Businesses Concerns interested in submitting a proposal as a prime contractor for the work described herein. Information received in relation to this notice will be used to assist the government in developing an overall acquisition strategy, including the type and number of contracts and use of small business concerns. FOR MARKET RESEARCH PURPOSES ONLY, WE INVITE RESPONSES FROM SMALL BUSINESSES ONLY. The Government is not responsible for the cost associated with any effort expended in responding to this notice. The government is contemplating the award of a Multiple Award Cost Plus Award Fee (CPAF) Indefinite Delivery/Indefinite Quantity (IDIQ) Environmental Remedial Action Contract (RAC) with an estimated ceiling of $240 million for a base year and four one-year option periods. The NAICS code is 562910, Environmental Remediation Services. The small business size standard is 500 employees. The general scope of work is to provide remediation of contaminants which will include, but not be limited to, those identified and regulated under RCRA, CERCLA, Toxic Substances Control Act (TSCA), Solid Waste Disposal Act (SWDA), and petroleum oils and lubricants (POL), ordnance explosives or unexploded ordnance. A relatively small number of sites may require remediation of radiological media. The contaminates included are predominately solvents, metals, acids, bases, reactives, polychlorinated biphenyls (PCB), pesticides, explosive contaminated media, low-level radiological materials and petroleum, oils, and lubricants (POL). These contaminants may be present in soils, sediments, groundwater, air, sludge, surface water, or man-made structures. The contaminated sites may be landfills, hazardous waste treatment storage and disposal facilities, tanks, lagoons, firefighting training areas or other facilities. The contractor must also have hazmat release incident response and remediation capabilities. Work will be performed predominately in areas under the cognizance of the Naval Facilities Engineering Command, Atlantic, which will focus on the Continental United States (except Arizona, California, Colorado, Nevada, New Mexico, and Utah) and overseas, including the Caribbean, Europe, the Middle East and Southwest Asia. However, the Contractor may be required to perform services at any Naval or Marine Corps activity worldwide. Projects may be of significantly varying complexity and are typically $4 million dollars or below. The work may require performance of multiple large scale projects simultaneously and the ability to mobilize for significant and unexpected surge requirements on short notice. The workload is subject to uncertainty, and workload fluctuations may be significant and unexpected throughout the period of the contract. Therefore, the contractor must have the capability to perform projects of significantly varying types and magnitude at various sites worldwide. Additionally, firms must have an accounting system that can adequately estimate and track cost, which has been determined adequate by Defense Contract Audit Agency (DCAA) for performance of government cost type contracts. Interested sources should respond to all questions presented in the Sources Sought Capabilities Questionnaire provided within this announcement. Responses to the questions should be in Times New Roman, font size 12. Only information presented in response to the Questionnaire will be reviewed and considered. No additional information submitted will be reviewed or considered. Note: The Government does not intend to rank submittals or provide any reply to interested firms. Packages are due 30 April 2014. Mailed packages shall be addressed to: Naval Facilities Engineering Command, Atlantic Lafayette River Annex, Bldg. A ATTN: ACQ21MEL (Mary Lassiter) 6506 Hampton Blvd. Norfolk, Virginia 23508-1278 This market survey is for informational and planning purposes only and does not constitute a solicitation for bid or proposals, and is not to be construed as a commitment by the Government. For purpose of market research, any other information available to the Government may also be utilized. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. The Government will not provide a 'debrief ' on the results of the survey. All information submitted will be held in a confidential manner and will only be used for the purpose intended. POINT OF CONTACT: Mary Lassiter, telephone (757) 322-4593, E-mail: mary.lassiter@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247014R9010/listing.html)
- Document(s)
- Attachment
- File Name: N6247014R9010_SOURCES_SOUGHT_CAPABILITIES_QUESTIONNAIRE.docx (https://www.neco.navy.mil/synopsis_file/N6247014R9010_SOURCES_SOUGHT_CAPABILITIES_QUESTIONNAIRE.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N6247014R9010_SOURCES_SOUGHT_CAPABILITIES_QUESTIONNAIRE.docx
- File Name: N6247014R9010_Section_3_Past_Performace_Sources_Sought_RAC.xlsx (https://www.neco.navy.mil/synopsis_file/N6247014R9010_Section_3_Past_Performace_Sources_Sought_RAC.xlsx)
- Link: https://www.neco.navy.mil/synopsis_file/N6247014R9010_Section_3_Past_Performace_Sources_Sought_RAC.xlsx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6247014R9010_SOURCES_SOUGHT_CAPABILITIES_QUESTIONNAIRE.docx (https://www.neco.navy.mil/synopsis_file/N6247014R9010_SOURCES_SOUGHT_CAPABILITIES_QUESTIONNAIRE.docx)
- Record
- SN03335431-W 20140412/140410234939-cc9a9227ee707f2b455ee27c043307e7 (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 |