SOLICITATION NOTICE
R -- Multiple Award Remedial Action Contract (MARAC) for Environmental Remediation Services
- Notice Date
- 5/10/2019
- Notice Type
- Synopsis
- NAICS
- 562910
— Remediation Services
- Contracting Office
- N62473 NAVFAC SOUTHWEST, ENVIRONMENTAL CONTRACTS, RESTORATION 1220 Pacific Highway San Diego, CA
- ZIP Code
- 92132
- Solicitation Number
- N6247318R2418
- Point of Contact
- 619-532-1229
- Small Business Set-Aside
- Total Small Business
- Description
- The Naval Facilities Engineering Command, Southwest, San Diego, CA, is preparing to release a solicitation for Multiple Award Remedial Action Contract (MARAC) for environmental remediation services at various Department of Defense (DoD) installations in Alaska, Arizona, California, Colorado, Nevada, New Mexico, Oregon, Utah, Washington, and other installations within the NAVFAC area of responsibility. The resulting contracts will be Cost Plus Award Fee (CPAF), Indefinite-Delivery/Indefinite-Quantity (ID/IQ), multiple award contract. This procurement is a 100% Small Business (SB) set-aside with the intent to award three to four CPAF multiple award remedial action contracts under the North American Industrial Classification System (NAICS) Code 562910, Environmental Remediation Services. The small business size standard is 500 employees. Contracts will be awarded for a base period of 24-months, with one, 36-month ordering period and a minimum guarantee of $5,000.00 to each awardee. The minimum guarantee applies to the 60-month term of the contracts. FAR Clause 52.217-8 Option to Extend Services will be incorporated in the resulting contracts. The aggregate value of all task orders issued under the contract(s) shall not exceed $240,000,000. Fair opportunity will be provided for all resulting task orders in accordance with FAR 16.505(b). The services to be acquired include performing remedial actions (focusing on Post- Record of Decision stage) at environmentally contaminated sites predominately at Navy and Marine Corps installations. 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), or Military Munitions Response Program (MMRP), and other sites which might require remedial action. This requirement focuses primarily on environmental restoration projects, but could involve other environmental work such as compliance projects. These services may include actions, such as, but not limited to, the following: performing remedial actions; performing removal actions; performing expedited and emergency response actions at sites; performing pilot and treatability studies; providing facility operation, maintenance and instruction; 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 RCRA, CERCLA, Toxic Substances Control Act (TSCA), 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), munitions constituents (e.g. TNT, RDX). The contaminants included 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, ground water, air, sludge, surface water, and man-made structures. Contaminated sites may be landfills, hazardous waste treatment storage and disposal facilities, tanks, lagoons, firefighting training areas, shipyards, wetlands, bays, active and closed bases or other military related facilities. Formal source selection procedures will be followed as prescribed by Federal Acquisition Regulation (FAR) Part 15 and FAR Supplement as applicable. Contracts will be awarded to responsible firms based on a Best Value/Trade Off evaluation methodology. Proposals will be evaluated based on cost and the following non-cost factors: Factor 1: Specialized Experience, Factor 2: Past Performance, and Factor 3: Safety. The solicitation will be available by electronic media under pre-solicitation notice N62473-18-R-2418 and can be viewed and downloaded from Navy Electronic Commerce Online (NECO) located at https://www.neco.navy.mil/ on or about 31 May 2019. There will be no paper copies of this solicitation issued. Amendments will be posted on the https://www.neco.navy.mil/ website for downloading. This will be the only method of distribution; therefore, it is the offeror(s) responsibility to check the website periodically for any amendment(s) to this solicitation. Offeror(s) must be registered in the Systems for Award Management (SAM) at www.sam.gov and meet eligibility requirements to participate in this procurement. The closing date set for receipt of proposals is 45 calendar days from the date of the solicitation. Facsimile or email proposals are NOT acceptable. Late proposals will be handled in accordance with FAR 15.208. The Contract Specialist for this solicitation is Jennifer De Vera. Questions should be submitted by email to jennifer.devera@navy.mil. The Contracting Officer for this solicitation is Claudia P. Ramirez at 619-532-1229, email at claudia.ramirez@navy.mil NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-MAY-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/8b874205a8b28ece2dc763dcb07c9ee4)
- Record
- SN05307750-F 20190512/190510230010 (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 |