Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 14, 2021 SAM #6986
SOLICITATION NOTICE

Z -- Munitions Response Actions at Vieques, Puerto Rico

Notice Date
1/12/2021 6:54:43 AM
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
NAVAL FAC ENGINEEERING CMD ATLANTIC NORFOLK VA 23508-1278 USA
 
ZIP Code
23508-1278
 
Solicitation Number
N6247020R2004
 
Response Due
3/1/2021 12:00:00 AM
 
Archive Date
03/16/2021
 
Point of Contact
Anna Sarah Bellinger, Phone: 7573224920, Jennifer W. McDonald, Phone: 7573228154
 
E-Mail Address
ANNA.BELLINGER@NAVY.MIL, jen.mcdonald@navy.mil
(ANNA.BELLINGER@NAVY.MIL, jen.mcdonald@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS PRE-SOLICITATION IS BEING ADVERTISED AS A 100% SMALL BUSINESS SETASIDE PROCUREMENT. The assigned North American Industry Classification System (NAICS) code for this Solicitation is 562910, Environmental Remediation Services, with a Small Business Size Standard of 750 employees. The Government intends to award a Cost Plus Award Fee (CPAF), Indefinite Delivery, Indefinite Quantity (IDIQ) contract for one base year and four one-year option periods. The total maximum value for the contract is $95,000,000 inclusive of the base year and all options. Work will be performed by the issuance of task orders. Market research was conducted and a Sources Sought Notice was issued under Solicitation Number N62470-20-R-2004 on 25 February 2020 resulting in the decision that this procurement be issued as a Total Small Business Set-Aside. The NAVFAC Atlantic Small Business Administration Office concurs with this set-aside determination. The work includes Munitions Response services to be performed predominately at former Navy facilities on Vieques, Puerto Rico. Work may also be performed at other sites located within the area of responsibility of the Naval Facilities Engineering Systems Command, including the continental United States, the Caribbean, Europe, Africa, Southwest Asia, Hawaii, Far East, Pacific, and other locations as required by the Government. The Contractor will perform this work in accordance with the Department of Defense Explosives Safety Board (DDESB) requirements, the Defense Environmental Restoration Program (DERP), Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), the National Contingency Plan (NCP), and other applicable laws and regulations. Potential tasks will include but are not limited to: field surveys; site visits; interviews with knowledgeable persons; prepare required work plans, sampling and analysis plans, and quality assurance plans; prepare required safety and health plans; prepare explosives safety submissions and determination requests; prepare completion/after action reports; investigation reports; conduct site monitoring; execute removal and remedial actions including disposition of recovered munitions and associated materials; and implement innovative technologies. The munitions response actions may include investigations, removal actions, and remedial actions in terrestrial areas (on or beneath the land surface) or aquatic environments (marsh areas, surf zones, intertidal areas, or other under water areas.) Additionally, the munitions response work may involve working with other Navy support or oversight contractors during any of the phases of work and may include performing anomaly avoidance for support or oversight activities (e.g., biological surveys, site visits, etc.), hazardous/toxic wastes assessment/remediation projects, archaeological studies, flora and fauna studies, geotechnical studies, emergency response plans, public evacuation/safety plans and execution, public coordination, and other environmental and/or engineering studies). The work may involve but not be limited to disciplines in the following areas: explosive safety, hazardous/toxic wastes management, noise quality, air quality, water quality, risk assessment, occupational health, industrial hygiene, safety, and public health. The Government will award a cost reimbursable contract resulting from this solicitation to the responsible offeror whose proposal conforming to the solicitation will be a BEST VALUE to the Government, technical factors, past performance, and cost considered. Firms submitting proposals will not be compensated for any expenses incurred in the preparation of their proposal. This notice does not constitute a request for proposal. The solicitation will be issued on approximately 28 January 2021. The receipt date of proposals is approximately 1 March 2021. This solicitation will be available in electronic format only. The Request for Proposal will be made available on the Opportunities section of https://beta.sam.gov/. All prospective offerors should download all pertinent documents from this website. Notification of any changes to this solicitation (amendments) will only be made on this website. Therefore, it is the offerors responsibility to check the website regularly for any posted changes to the solicitation. Requests for documents by telephone, fax, or email will not be honored. All responsible small business offerors may submit a proposal for consideration.� All interested offerors must be registered in the System for Award Management (SAM) database.� Be advised that failure to register in the SAM database makes an offeror ineligible for award of DoD contracts.� Information regarding this registration may be obtained by accessing the website at https://www.sam.gov/SAM/. Potential offerors are notified that a pre-proposal conference and site visit is planned. Date and location details are to be provided at a later date. Potential offerors are encouraged but not required to attend. Any inquiries shall be e-mailed to anna.bellinger@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5aaf82d8bd8341d7bf45ed02dd23dcae/view)
 
Place of Performance
Address: PR, USA
Country: USA
 
Record
SN05890134-F 20210114/210112230110 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.