Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 28,1999 PSA#2356

Northern Division, NAVFACENGCOM, 10 Industrial Highway, Mail Stop #82, Lester, PA 19113-2090

Y -- ENVIRONMENTAL REMEDIATION CONTRACT (RAC) SOL N62472-99-R-0032 DUE 072799 POC Anthony DeLaurentis, Contract Specialist, 610-595-0634. This is a Modification to update the following information in the CBD issue of May 7, 1999 PSA #2341. Posted 05/05/99 (I-SN328008).(0125) (SYN# 0224 19990507 Y-0018.SOL). This is a Procurement Notice. The contract will provide for remedial actions at environmentally contaminated sites predominantly located at Navy and Marine Corps installations, and other Government agencies. The preponderance of the work to be placed under this contract is expected to be performed in the NORTHDIV ten-state Northeast U.S. area, (CT, DE, MA, ME, NH, NJ, NY, PA, RI and VT). However, work may also be added and performed anywhere within the LANTDIV Area of Responsibility, and other locations, as required by the Government. The contract will provide for remediation of any media contaminated by solvents, petroleum, oils, and lubricants (POL), metals, acids, bases, reactives, polychlorinated biphenyls (PCB), and pesticides. Along with these more commonly encountered contaminants some sites may require remediation of radiological or ordance waste, or unexploded ordnance. These contaminants may be present in soils, sediments, groundwater, air, sludge, surface water, or man-made structures. The contaminated sites may be landfills, hazardous waste treatment storage and disposal facilities, tanks, lagoons, fire fighting training areas, plus other facilities. The contract will be a Cost Plus Award Fee (CPAF), Indefinite Delivery/Quantity (ID/IQ) type contract, with a ceiling of $250 million. The contract term will be a base period of one year, with four one-year option periods. The solicitation will contain FAR clause 52.217-5 "Evaluation of Options". Contract completion will occur when the ceiling is reached or at the end of the last option period, whichever occurs first. The initial contract award will be for the base year only. This will be a best value procurement. A two-phase solicitation process, in accordance with FAR 36.3, will be utilized. For this acquisition, the Phase I evaluation factors are 1) Past Performance, 2) Financial and Management Systems, 3) Capability of Key Personnel, and 4) Commitment to Small Business. The Phase II evaluation factors are (1) Management and Technical Approach and (2) Cost. The Phase I evaluation factors, and factor 1 of Phase II (Management and Technical Approach), are of equal importance. All evaluation factors other than Cost, when combined, are significantly more important than Cost. A written proposal will be the basis for the Phase I evaluation. An Oral Presentation will be the basis for the Phase II evaluation of Management and Technical Approach, and a written proposal will be the basis for the Phase II evaluation of Cost. A maximum number of 3 offerors will be selected to participate in Phase II. (The importance of Cost, as an evaluation factor, will increase with the equality of the non-Cost factors of the proposal). This solicitation is being issued on an unrestricted basis, inviting full and open competition. The Standard Industrial Code (SIC) is 8744 and the Small Business Size Standard of 500 employees is applicable to this procurement. The Request for Proposals (RFPs) package will be issued through the use of the Internet on 9 June 1999. In accordance with FAR 5.102(a)(7), availability of the solicitation will be limited to the electronic medium. The Request for Proposal package will NOT be directly provided in a paper hard copy format or CD ROM. The address for downloading this solicitation from the Internet is address: http://www.efdnorth.navfac.navy.mil/ebs/asp/advertisedsolicitations .asp Downloading from the Internet is free of charge. All prospective offerors are encouraged to register on the Northern Division Internet ebs web site for this project when the Request for Proposal package becomes available. Official Planholders will be maintained on and can be printed from the website. Planholders lists will not be faxed and will only be available from the website. Contractors interested in obtaining notification when the Request for Proposal package is electronically posted on the Internet may fax to Ms Sheila Brown at (610)595-0644 on your company letterhead the following information: Solicitation Number and Title of Project, Complete Address, Point of Contact, Area code and phone number, Area code and fax number, E-mail address, identify whether the firm is a prime contractor, sub-contractor or supplier, indicate whether the firm is a small business, small disadvantaged business, large business and if the firm is a women owned business. Recording Companies and Blueprint Companies are also required to forward their information via fax. Notification of any changes to this solicitation (amendments) shall be made only on the Internet. It is therefore the contractor's responsibility to check the internet site listed below daily for any posted changes to the Request for Proposals, which will be available on 9 June 1999. Per the Debt Collections Improvement Act of 1996, the Defense Federal Acquisition Regulation Supplement (DFAR) has been amended to require all contractors to register in the Department of Defense (DOD) Central Contractor Registration (CCR) Database. Be advised for solicitations issued after May 31, 1998, failure to register in the CCR makes an offeror ineligible for award of DOD contracts. Information regarding this registration may be obtained by accessing our website at http:/www.efdnorth.navfac.navy.mil. or by referring to DFARS Subpart 204.703. Offerors should submit vertification of their firm's registration in the CCR Database with their proposal. (Many firms and commercial printing services have the capability to print the RFP and RFP planholders list off the internet) A pre-proposal conference will be held on 23 June 1999, commencing at 10:00 A.M., at the Ramanda Inn, Philadelphia International Airport, 76 Industrial Highway, Essington, PA 19029. If accommodations at the Ramanda are desired, you can contact the Ramanda at (610) 521-9600 or (800)-277-3900. Those who plan to attend the conference should fax to Anthony DeLaurentis at (610) 595-0644 on your company letterhead, with the following information: Solicitation number, (N62472-99-R-0032), Title of project -- Environmental Remediation Contract, point of contact, area code with phone and fax numbers, E-mail and internet address (if available), and Number of people attending (maxinum 3 people). The due date for Receipt of Phase I proposals will be 27 July 1999 at 4:00 p.m. at Northern Division, Naval Facilities Engineering Command, 10 Industrial Highway, Lester, PA 19113-2090. FAX technical questions concerning this project to Anthony DeLaurentis at (610) 595-0644. Posted 05/26/99 (I-SN335909). (0146)

Loren Data Corp. http://www.ld.com (SYN# 0117 19990528\Y-0001.SOL)


Y - Construction of Structures and Facilities Index Page