|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 19,1995 PSA#1493COMMANDING OFFICER, NAVFAC CONTRACTS OFC BLDG 41 CODE 2711, NCBC 1000
23RD AVE, PORT HUENEME CA 93043-4301 A -- BROAD AGENCY ANNOUNCEMENT FOR NEW AND INNOVATIVE TECHNOLOGIES AND
METHODOLOGIES FOR ENVIRONMENTAL PROBLEM SITES AT NAS NORTH ISLAND, SAN
DIEGO,CA SOL N47408-96-R-6305 DUE 020296 POC CONTRACT SPECIALIST,
CHERYL SCOTT, 805-982-3654 This announcement constitutes the Broad
Agency Announcement (BAA) for the Naval Facilities Engineering Service
Center (NFESC) under FAR 6.102 (d)(2) to solicit proposals. This
innovative technology search, called the Navy Environmental Leadership
Program (NELP) Technology Initiative II (NTI II) is designed to
actively seek out, test, and prove innovative technologies at various
specific environmental problem sites. The site specific environmental
problems and areas of concern for this announcement are occurring at
NAS North Island, San Diego, CA. Part of the proposed project areas
listed in the BAA is being considered 100% set-aside for Historically
Black Colleges and Universities (HBCUs) or Minority Institutions (MIs)
as defined by the clause at 252.226-7000 of the Defense Federal
Acquisition Regulation Supplement. Interested HBCUs and MIs should
provide the contracting office as early as possible, but not later than
15 days after this notice, evidence of their capability to perform the
contract, and a positive statement of their eligibility as an HBCU or
MI. If adequate response is not received from HBCUs/MIs, the
solicitation will instead be issued, without further notice, as
unrestricted, to academic institutions, non-profit organizations, and
private industry. Awards may be made at any time through January 31,
1997. Award decisions will be based on competitive selection of
proposals from a peer/scientific review. Evaluations will be conducted
using the following evaluation criteria: (a) The overall scientific or
technical merit of the proposal. (b) The offeror s capabilities,
related experience, techniques, or unique combination of these which
are integral factors for achieving the proposal objectives. (c) The
qualifications, capabilities, and experience of the proposed principal
investigator, team leader, or key personnel who are critical in
achieving the proposal objectives. (d) The realism of the proposal cost
and availability of funds. The solicitation package will include these
criteria and also provide technical inormation on the background of
the Government furnished sites to be provided for testing. Persons
contemplating submission of a proposal should obtain further
information and all forms required for submitting a proposal by
contacting and requesting in writing to: Commanding Officer, Naval
Facilities Contracting Office, Code 2711-2, Bldg. 41, Construction
Battalion Center, 1000 23rd Avenue, Port Hueneme, CA 930343-4301, Attn:
Cheryl Scott, (805)- 982-3654. All requests or the solicitation package
and questions regarding this BAA may be faxed to (805)982-3015. All
proposals should be submitted to the preceding address. The NFESC
technical point of contact is Kevin Frantz, (805)982-1548. Contact with
the appropriate NFESC Engineer identified in this announcement to
determine the extent of interest in a specific research project is
encouraged. The deadline for receipt of proposals is 02 February 1996.
Multiple contracts with funding ranging from $100,00 to $500,000 each
may be awarded. Proposals will not be evaluated against each other
since each is a unique technology with no common work statement.
Proposals identified for funding may result in a contract, however,
there is no commitment by the Navy to make any awards, to make a
specific number awards or to be responsible for any monies expended by
the proposer before award of a contract. When preparing your proposal,
costs shall be separated into a basic effort that will address the
preliminary testing of the proposed technology/methodology for each
topic and separated into a Option that will address a full scale field
testing of the proposed technology/methodology. If the results from
the preliminary testing do not yield the desired results, the option
may not be exercised. The following is a description of the research
required for this BAA. The NFESC is interested in innovative and new
technologies and methodologies that have entered the Advanced
Technology Development and are ready for the preliminary testing stage.
TOPIC NO. 1 - TECHNOLOGIES AND METHODOLOGIES FOR AN ENVIRONMENTALLY
FRIENDLY ALTERNATIVE PAINT STRIPPER. The objective of this topic is to
find a new technology or methodologies to replace the conventional
paint stripper chemical technologies being used at the Naval Aviation
Depot (NADEP) North Island, San Diego, CA. This new technology or
methodology shall be an environmentally friendly alternative to the
present paint strippingtechnology. The project will require the
contractor to clean various aircraft components. All components will be
cleaned to bare metal, which will be determined through visual
inspection in accordance with the NAVAIR Manual and regulations of
Naval Air Systems Command, Code 3.6.1.3 and San Diego Air Pollution
Control District. The contractor will be required to obtain approval
from Naval Air Systems Command of a test plan for an innovative
technology used on aircraft components. The site for the project will
be at the Naval Aviation Depot North Island. If the solution is
chemical, it must be a non-toxic, non-volatile organic carbon, and
non-acidic chemical. If it is a non- chemical solution, it has to be
applicable to all types of surfaces. If it is abrasive, the media
should be recyclable.TOPIC NO. 2 - TECHNOLOGIES AND METHODOLOGIES FOR
NON- VISUAL QUANTITATIVE RELEASE DETECTION METHODS FOR LARGE
UNDERGROUND STORAGE TANKS (USTs) & PIPELINES. The objective of this
topic is to find a new technology or methodology to meet the
requirements of the California Code of Regulations (CCR), Title 23,
Division 3, Chapter 16, Article 4, Section 643, for non-visual
quantitative release detection methods on large underground storage
tanks and pipelines at NAS North Island, San Diego, CA. The technology
shall be tested at a government furnished site at NAS North Island.
The tanks capacities are 50,000 - 567,000 gallons filled with motor
vehicle fuels. TOPIC NO. 3 TECHNOLOGIES AND METHODOLOGIES FOR THE
REMEDIATION OF VOC CONTAMINATION IN THE SOIL AND GROUNDWATER AT SITE 5.
The objective is to find a new technology or methodology to clean the
soil and groundwater VOC contamination at Site 5, NAS North Island, San
Diego, CA. The site shall be remediated to meet regulatory standards.
The technology shall be tested at a government site located in the
southern portion of NAS North Island. Site 5 occupies an area of
approximately 30 acres. Groundwater samples in the area of VOC concern
contained 100,000 ug/l cis-,2-DCE and soil samples contained 320,000
ug/kg cis-1,2- DCE, 50,000 ug/kg TCE, 2,000 ug/kg toluene, 12,000 ug/kg
total xylenes and 19,000 mg/kg total petroleum hydrocarbons (TPH)-
diesel. GENERAL. All testing of the innovative technologies and
methodologies shall be performed in accordance with Federal, State, and
local regulatory requirements and guidance and in accordance with
NAVSTA North Island RCRApermits. Federal, State, and local permits may
be required for performance of field testing. The contracting office
will provide any regulations or information in the solicitation packet
concerning the topics. (0349) Loren Data Corp. http://www.ld.com (SYN# 0002 19951218\A-0002.SOL)
A - Research and Development Index Page
|
|