Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 19,1995 PSA#1493

COMMANDING 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