Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2023 SAM #7970
SOLICITATION NOTICE

F -- Presolicitation Notice for RADMAC III Services

Notice Date
9/21/2023 1:54:17 PM
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
NAVFAC SOUTHWEST SAN DIEGO CA 92132-0001 USA
 
ZIP Code
92132-0001
 
Solicitation Number
N62473-23-R-1209
 
Response Due
9/5/2023 12:00:00 PM
 
Archive Date
08/21/2024
 
Point of Contact
Baylee Ketring, Sehla Khan
 
E-Mail Address
baylee.ketring@navy.mil, sehla.khan.civ@us.navy.mil
(baylee.ketring@navy.mil, sehla.khan.civ@us.navy.mil)
 
Small Business Set-Aside
SBP Partial Small Business Set-Aside (FAR 19.5)
 
Description
The Naval Facilities Engineering Systems Command, Southwest, San Diego, CA, is preparing to release a solicitation for an Environmental Multiple Award Contract (EMAC) for environmental remediation of radiological contaminants 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 Firm Fixed Price (FFP), Indefinite-Delivery/Indefinite-Quantity (ID/IQ), multiple award contracts.�� This notice does NOT constitute a request for proposal, request for quote, or invitation for bid.� The intent of this notice is to identify potential offerors for preparation to release the solicitation. This procurement is a 100% Full and Open Competition. Two (2) contract awards are reserved for qualified small business firms pursuant to the Small Business Jobs Act of 2010. Future task orders estimated under $3,000,000 will be set aside solely for small business awardees to propose on. The intent of the overall IDIQ award is to award three (3) to six (6) FFP multiple award basic contracts to individual contractors for environmental remediation of radiological contaminants services contracts under the North American Industrial Classification System (NAICS) Code 562910, Environmental Remediation Services. The small business size standard is 500 employees. Each basic contract will contain a base period of two (2) years and two (2) optional three (3) year ordering periods. �Large business concerns are required to submit a subcontracting plan prior to award of the contract. Fair opportunity will be provided for all resulting task orders in accordance with FAR 16.505(b) and as noted above depending on estimated task order value.� The services to be acquired includes environmental remediation of radiological contaminants services. Typical activities under Contract Task Orders (CTOs) to this contract may include, but are not limited to the following examples and may be requested to be performed in terrestrial or aquatic environments:�� Environmental remediation services to be performed will primarily consist of radiological surveys, remedial/removal actions of radiological contaminants, such as alpha-, beta-, gamma- and/or neutron-emitting radioactive materials; byproduct, source and special nuclear materials; naturally occurring radioactive materials (NORM); naturally or accelerator-product radioactive materials (NARM); and technologically-enhanced NORM (TENORM).� In addition to the radiological contamination, hazardous contamination may be present which may trigger mixed waste handling procedures.� Contractors will provide services to remediate, handle, and/or store hazardous contaminants regulated under Resource Conservation and Recovery Act (RCRA), Comprehensive Environmental Response, Compensation and Liability Act (CERCLA), Toxic Substances Control Act, Solid Waste Disposal Act, and petroleum oils and lubricants.�� The solicitation utilizes source selection procedures which require offerors to submit a technical proposal, past performance and experience information, and a price (or cost) proposal for evaluation by the Government. The Government seeks the most highly qualified firms to perform the required remediation of radiological contaminants, based on the demonstrated competence and qualifications, in accordance with the selection criteria.� For example, the evaluation criteria will be tailored to evaluate contractors on their recent relevant Experience, Safety, Management Approach, Past Performance, and Price. The Performance Work Statement describes the services required, with both performance objectives and performance standards. Performance standards establish the performance level required by the Government to meet contract requirements, and are both measurable and structured to allow for assessment of the contractor�s performance of services. Services are designed to have critical safety measures included in the PWS (i.e. spill response) to limit liability of spills, discharges, property damage, environmental degradation, or other related liabilities upon the Navy. A capable businesses must possess an applicable�Nuclear Regulatory Commission (NRC) License, a California Agreement State Radioactive Material License (RML), performance and payment bonding capacity of up to $20 million or 100% of the task order total, and demonstrated experience in performing comparable work (i.e., radiological investigations and remedial/removal actions of radiological contaminants, such as alpha-, beta-, gamma and/or neutron-emitting radioactive materials).� Required services will be performed at various Navy and Marine Corps facilities within the NAVFAC SW, LANT, and PAC Area of Responsibility (AORs.) Work will be performed in Arizona, California, Colorado, Nevada, New Mexico, Utah, and other locations nationwide as deemed necessary to meet workload requirements. However, the majority of the work is expected to be performed in California. The contractor may also, on occasion, be tasked to perform work for other NAVFAC components, DOD, or federal agencies as required by the Government.� Formal source selection procedures will be followed as prescribed by Federal Acquisition Regulation (FAR) Part 15 and FAR Supplement as applicable. There will not be a seed project for this solicitation; a price model will be used. Contracts will be awarded to responsible firms based on a �Best Value/Trade Off� evaluation methodology. Proposals will be evaluated based on price and the following non-price factors:� Factor 1 � Recent Relevant Experience of the Firm, Factor 2 � Safety, Factor 3 � Management Approach, Factor 4 � Small Business Utilization, Factor 5 � Past Performance. The Government may award this contract to more than one contractor.� The Government will give fair consideration to all awardees in placing orders based on criteria stated in the solicitation.� � The solicitation will be available by electronic media under pre-solicitation notice N62473-23-R-1209 and can be viewed and downloaded from Systems Award Management located at https://sam.gov/content/home on or about 10 October 2023. There will be no paper copies of this solicitation issued. Amendments will be posted on the https://sam.gov/content/home 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.���� A draft Performance Work Statement (PWS) and Section L & M (Clauses) are attached to this notice. � Responses and comments should be provided by all prospective offerors no later than 15 calendars days (12:00 P.M Pacific Standard Time) after the posting of this notice. The Contract Specialists for this solicitation are Sehla Khan, Baylee Ketring, and Taylor Faust Questions should be submitted by email to sehla.khan.civ@us.navy.mil and baylee.e.ketring.civ@us.navy.mil and taylor.a.faust.civ@us.navy.mil. The Contracting Officer for this solicitation is Richard Spagnuolo at 619-705-4782, email at Richard.j.spagnuolo.civ@us.navy.mil.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/61164bdfbd3447e3a2c763b3aefc71db/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06840447-F 20230923/230921230528 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.