Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2019 FBO #6440
SOLICITATION NOTICE

S -- Hzardous Waste Transportation and Disposal Services at Portsmouth Naval Shipyard, Kittery Maine and other Areas of Responsibility (AOR)

Notice Date
4/2/2019
 
Notice Type
Synopsis
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
23511
 
Solicitation Number
N4008519R9007
 
Archive Date
7/24/2019
 
Point of Contact
Brandi Upton (757) 341-0075
 
Small Business Set-Aside
N/A
 
Description
This is not a request for either a quote or proposal, or an invitation for bid. The intent of this pre-solicitation synopsis is to notify potential offerors of an IDIQ Contract for Environmental Services for Hazardous Waste Transportation and Disposal at Portsmouth Naval Shipyard, Kittery, Maine and other Government Facilities such as, but not limited to, the following: Newport, RI., New London, CT., Springfield, MA., Portsmouth, NH., Concord, NH., Brunswick, ME., Winter Harbor, ME., Cutler, ME. The work includes but is not limited to: procedural compliance, work conformance to established standards, suitability/completeness of required documentation and provided data, timeliness of work completed based on contractual requirements, communication, effectiveness of quality assurance, and overall quality of the services provided at Portsmouth Naval Shipyard, Kittery, Maine, and Other Areas of Responsibility (AOR). The work identified is to be provided by means of an Indefinite Delivery/Indefinite Quantity type of contract. Source Selection procedures will be used to select the proposal that provides the lowest price and is technically acceptable to the Government. Offerors will be evaluated using the Lowest Priced Technically Acceptable Method. In order to permit efficient competition, the Navy will utilize the following methodology: Proposals will initially be screened for price and placed in order of price (lowest priced to highest price). The Navy will then evaluate the technical factors of the lowest priced proposal. The Navy will make award to the lowest priced technically acceptable proposal. However, if the lowest priced proposal is not found to be technically acceptable, the Navy, at its sole discretion, reserves the right to increase the number of proposals it will review, until the Government identifies a technically acceptable proposal. Accordingly, under this methodology, the technical factors of some proposals may not be evaluated by the Navy. If discussions are deemed necessary by the Contracting Officer, all proposals will be evaluated (both technical and price) for the purpose of establishing a competitive range. Proposers are advised that the Government intends to evaluate proposals and award without discussions or any contact concerning the proposals received. Therefore, proposals should be submitted initially on the most FAVORABLE terms. Proposers should not assume that they will be contacted or afforded an opportunity to qualify, discuss or revise their proposals. If discussions are deemed necessary by the Contracting Officer, all proposals will be evaluated (both non-price and price) for the purpose of establishing a competitive range. The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal, conforming to the Request for Proposals (RFP), will be advantageous to the Government price and other evaluation factors considered. The offeror ™s proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The solicitation requires the evaluation of price and the following non-price factors: Factor 1 “ Technical Approach/Management, Factor 2 “ Corporate Experience, Factor 3 “ Safety and Factor 4 “ Past Performance. NOTE: Offerors MUST be evaluated as technically ACCEPTABLE under factors 1, 2, 3 and 4 in order to be considered technically acceptable overall. Factor 2 Corporate Experience and Factor 4 Past Performance: The Offeror shall submit projects that are similar in size, scope and complexity to the solicitation. Size: An environmental service contract with a yearly value of at least $3M or greater. Scope: Demonstrate the ability to provide environmental services of hazardous material, hazardous waste, and other regulated waste. Demonstrate the ability to perform transportation and disposal of hazardous material, hazardous waste and other regulated waste. Complexity: Demonstrate the ability to respond simultaneously to service calls (routine, urgent, and emergency) in a timely manner. Demonstrate the ability to comply with health and safety requirements and maintain proper handling of hazardous material, hazardous waste, and other regulated waste. Demonstrate the ability to manage competing priorities in order to support customer demands. Offers shall be submitted for the performance of work for a period of one year. However, the initial term of the contract may be for a period of less than one year. The Government has the option to extend the term of the contract services for additional periods of one to twelve months. The contract will be for a base period with four (4) one-year option periods, which, cumulatively, will not exceed sixty (60) months. The proposed procurement will be issued as a NAVFAC Mid-Atlantic Electronic Facilities Support Contract with online ordering capability using FedMall for the Indefinite Quantity Exhibit Line Item Numbers (ELINs). Acceptance of Government Purchase Credit Card is required along with the purchase of FedMall Encrypted software. The North American Classification System (NAICS) is 562112, the size standard is $38.5M. The proposed procurement listed herein is full and open/unrestricted business concern. The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the Navy Electronic Commence Online (NECO) website on or about 17 April 2019. The estimated proposal due date shall be at least 30 days after the RFP is posted. Contractors - Technical inquiries must be submitted in writing to Brandi Upton (brandi.upton@navy.mil) 10 days prior to the RFP due date. The site address is https://www.neco.navy.mil. Notifications of any updates or amendments to the solicitation will be posted on the website only. Contractors are encouraged to register on the NAVFAC NECO website. Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. IT IS THE SOLE RESPONISBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to register in the System for Award Management (SAM) database. Failure to register in the SAM database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at https://www.sam.gov/portal/SAM/. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-APR-2019). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 10-JUL-2019, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008519R9007/listing.html)
 
Place of Performance
Address: NAVFAC Mid-Atlantic Portsmouth Naval Shipyard, Kittery, Maine
Zip Code: 03904
Country: US
 
Record
SN05364855-F 20190712/190710230016 (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  © 1994-2020, Loren Data Corp.