Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2016 FBO #5409
SOURCES SOUGHT

99 -- Environmental Remediation Services

Notice Date
9/12/2016
 
Notice Type
Sources Sought
 
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
N6247316R2418
 
Response Due
10/10/2016
 
Archive Date
12/10/2016
 
Point of Contact
Elia Ram, Contract Specialist (619) 532-2195.
 
E-Mail Address
a
 
Small Business Set-Aside
N/A
 
Description
Description(s): This is a Sources Sought (SS) Announcement for a potential Multiple Award Remediation Contract (MARAC) for Environmental Remediation Services. PURPOSE (1) Seek potentially qualified sources, with indication of business size classification, including: SBA certified 8(a) Small Business, SBA certified HUBZone Small Business, Small Disadvantaged Business, Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Business, and Small Business. Business Note: The applicable size standard is no more than 750 employees. (2) Determine if the firm is submitting as any of the following: Prime and Sub-Contractors, 8(a) Mentor Protégé Joint Venture, or Other Joint Venture Relationship. This Sources Sought Synopsis is one facet in the Government s overall market research in regards to whether the proposed solicitation, if any, will be issued as a competitive set aside or as a full and open (unrestricted) procurement. The information gathered will be used for preliminary planning purposes only. No procurement strategy will be determined solely on the information received in response to this Sources Sought Synopsis. This is not a solicitation announcement for proposals and no contract will be awarded directly from this Sources Sought announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. No telephone calls will be accepted requesting a bid package for solicitation, because there is no bid package solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the Technical Point of Contact (POC) will not be given and no appointments for presentations will be made. SYNOPSIS Naval Facilities Engineering Command (NAVFAC) Southwest is seeking potentially qualified sources with current relevant qualifications, experience, personnel, and capability to perform, under contract, all management, labor, travel, transportation, equipment, material, and supervision necessary for environmental remediation services at various locations in Alaska, Arizona, California, Colorado, Hawaii, Idaho, Montana, Nevada, New Mexico, Oregon, Utah, Washington, and Guam. The majority of the work is expected to be performed in California. The sites will consist of those ranked on the Superfund National Priority List (NPL) as well as non-NPL sites regulated under Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), Resource Conservation and Recovery Act (RCRA), Underground Storage Tanks (UST), Military Munitions Response Program (MMRP), State environmental regulatory programs, and other sites, which might require remedial actions. Requirements will focus primarily on environmental restoration projects but could involve other environmental work such as environmental compliance projects. The services required may include, but are not limited to, the following: performing remedial actions, removal actions, remedial design, operation and maintenance at environmentally contaminated sites, performing pilot and treatability studies, and other related activities associated with returning sites to safe and acceptable levels according to the remedial action objectives. Work will comply with applicable federal, state and local regulatory requirements, in addition to NAVFAC environmental work instructions (EWIs) regarding processes and procedures including, but not limited to: sampling and analysis plan production and approval, laboratory selection, administrative record maintenance, and data management. A small amount of remedial actions may overlaps with incidental munition or radiological contamination and cultural, historic areas with possible endangered or threatened species. Remedial actions are necessary for, but not limited to, soil, sediments, groundwater, air, sludge, surface water, soil vapor and man-made structures. It is anticipated that multiple projects of different complexities will be awarded concurrently on several different bases in different locations. The North American Industry Classification System (NAICS) Code is 562910 Remediation Services, and the Small Business Size Standard is 750 employees. Work is anticipated to be accomplished under Task Orders written against an Indefinite-Delivery-Indefinite-Quantity (IDIQ) contract. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his/her properly authorized representative, who will issue written Task Orders to the Contractor. Award of Task Orders will be on a Cost Plus Award Fee (CPAF). The proposed contract will be for a one-year base period, and four one-year option periods. The estimated aggregate value of all contracts awarded is approximately $240 million. SUBMISSION REQUIREMENTS: Responses shall not exceed fifteen (15) pages total. Two sided pages count as two sheets. Respondents shall provide information related to contracts where it was the prime contractor or a subcontractor. Respondent shall submit only contracts/subcontracts where it self-performed at least 51% of the contract/subcontract value.. All contracts/subcontracts submitted for consideration shall be similar in size ($500,000 to $10,000,000), scope, and complexity to the scope described above. All capability information shall include: 1)Cover Sheet: One (1) page, which MUST include: a)Firm name, Address, and Primary Phone Number, DUNS Number, and Cage Code; b)Firm s Status and Size of the Business, relative to the NAICS code 562910; c)Two Points of Contact for the firm, with title, phone numbers, fax number, and e-mail addresses; d)Short description of the firm s history, including years in business, number of employees, and main disciplines of the firm; e) Bondability letter from Surety that indicates firm s ability to obtain and maintain payment and performance bods, and the firm s boding limitations. 2)Firm s Experience: Up to ten (10) pages should be dedicated to firm s past and current projects within the last five years (2011 to 2016) that show the firm s ability to perform relevant environmental remediation services, similar in scope and complexity as described above. There shall be no more than one (1) page per project which MUST include the following information: a)Contract Number and Task Order Numbers, as applicable; b)Customer /Client Name (to include DOD agency, other government agency, prime contractor if work performed as subcontractor, private entity, etc.); c)Total Contract Value and Type of Contract (firm fixed-price, cost reimbursement, etc.); d)Period of Performance (from/to dates of contract work performance); e)Location where work was performed; f)Specific Description of Work Performed; g)Highlight projects comparable ($500,000 - $10,000,000) in scope and complexity; h)Indicate if your firm was the prime or subcontractor (if a subcontractor, what type of work was your firm responsible for); and i)At least one (1), preferably two (2), current client Point of Contact references who are certain to have knowledge of work performance. References shall include company/agency name, contact name, job title, phone number, fax number, and email address. j)Evidence that your firm has completed multiple projects simultaneously. Identify the largest number of projects completed simultaneously, the value of each project, and the location of each project. The intention is to show that the company can manage multiple task orders at the same time, that meet the schedule provided in the scope of work without delays and without degradation in work quality. k)The Offeror must show experience with remediation of EACH of the following media: Soil, groundwater, sediments, and soil vapor. The projects can be separate projects or one project that includes remediation of all media listed. 3)Project Summary Matrix: One (1) page, which summarizes the projects listed in #2 Firms Experience above with all of the details in subsections a k. 4)Capabilities: One (1) Page that provides a description of: a. The largest contract the firm has managed, to include the total contract value, period of performance (all contract periods), and geographic area covered. b. The firms ability and willingness to perform environmental remediation services in Alaska, Arizona, California, Colorado, Hawaii, Idaho, Montana, Nevada, New Mexico, Oregon, Utah, Washington, and Guam. Identify any areas where you are not able or willing to work. 5)Organizational Structure and Key Personnel: a)One (1) or two (2) pages that provide: An organizational chart that shows the key personnel listed below. These key personnel positions should be employees of the firm. The key personnel information must include the name, the number of years that person has been with the company and a brief description of past projects related to the requested services provided above. If the key personnel position is not directly employed by the firm, identify who and where the key personnel will come from. Key personnel required: i.Program Manager ii.Contract Administration Manager iii.Health and Safety Officer iv.Quality Control Manager v.Toxicologist/Risk Assessor vi.Senior Technical Manager/Remediation Specialist vii.Senior Construction Manager/Field Site Superintendent. 6)SBA Certification Documents: Provide a copy of any and all certification by the Small Business Association (SBA): 8(a) and/or HUBZone small business certifications. (Copies of SBA Certifications are not counted in the fifteen (15)-page limit). SUBMITTAL PACKAGE REQUIREMENTS: Submit responses via e-mail to Elia.Ram@navy.mil. Responses must be in PDF format and should be submitted as one pdf document. Submittals must be received before 2:00 P.M. Pacific Daylight Time (PDT) October 10, 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A6A/N6247316R2418/listing.html)
 
Record
SN04266623-W 20160914/160912234758-db4261bf484ce0b44b03ca3be3500774 (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.