Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 7,1999 PSA#2361

Department of the Navy, Naval Sea Systems Command, 2531 Jefferson Davis Highway, Arlington, VA 22242-5160

F -- QUICK REACTION CAPABILITY (QRC) AND ROUTINE TASKING FOR THE FULL SPECTRUM OF BRAC, OSH AND OUTLEASING SUPPORT AND ENVIRONMENTAL PLANNING, REMEDIATION AND ABATEMENT SERVICES SOL N00024-99-R-8132 POC Contract Specialist -- William C. Randolph, SEA 02812R, (703) 602-6911, Contracting Officer -- J. B. Hall, SEA 02812, (703) 602-6911 WEB: Solicitation may be found and/or download at:, http://www.contracts.hq.navsea.navy.mil. E-MAIL: To contact the Contracts Specialist via e-mail:, Randolph_William_C@hq.navsea.navy.mil. The Naval Sea Systems Command (NAVSEA) anticipates releasing a full and open competitive solicitation for Quick Reaction Capability (QRC) and routine tasking for the full spectrum of Base Realignment and Closure (BRAC), Occupational Safety and Health (OSH) and/or Outleasing support and environmental planning, remediation and abatement services. This solicitation is planned for release on approximately 18 June 1999 with contract award(s) anticipated in late FY99. Firms will be expected to furnish all personnel, facilities, tools, equipment, materials, supplies, supervision and any other items or services necessary to perform the type of specialized services described below. These services include, but are not limited to: BRAC compliance support activities; asbestos surveys, containment and abatement; building stabilization, modification and destruction; database management and information systems; dredging as part of maintenance, compliance and remedial activities; ecological risk assessments; environmental baseline surveys (EBS); environmental assessments (EA); environmental compliance projects; environmental laboratory work; excavation/soil separation, treatment and restoration; general radiological material (G-RAM) surveys, containment and abatement; hazardous waste management; heavy equipment operation; installation restoration (IR) work; lead surveys and abatement; management of ozone depleting substances; occupational health and safety compliance tasks; polychlorinated biphenyl (PCB) surveys and abatement; stormwater and groundwater management and treatment; underground and above-ground storage tank work; unexploded ordnance (UXO) work; and operation, maintenance and lay away of large mechanical and high voltage electrical systems typically found on large defense installations. It is our intent to competitively select one (1) East coast firm and one (1) West coast firm, two (2) awards total, to perform under the proposed IDIQ/task order contracts, each capable of performing the complete scope of work and performing work on either coast. The period of performance for these proposed IDIQ contracts will be limited to a one (1) year base term with a one (1) year Government option year. Both IDIQ/task order contracts awarded (East and West Coasts) will have an annual ceiling of $15,000,000 ($30,000,000 total per year). These ceiling amounts will also apply to the option year, if exercised. However, these IDIQ/task order contracts will not guarantee to the successful offeror any work or the award of any task orders under the contract. Paper copies of the solicitation will not be issued. All solicitation documents and related correspondence will be posted on the World Wide Web (WWW) the at the Naval Sea Systems Command (NAVSEA) Contracts Directorate Website located at http://www.contracts.hq.navsea.navy.mil under the proposed solicitation number N00024-99-R-8132 and can be downloaded or printed at the offeror's expense/convenience. Proposals submitted in response to the solicitation are required to be submitted in electronic format with only one paper copy, details to be provided in the upcoming RFP. Potential offerors are also advised that small business subcontracting plans addressing the various Congressionally-mandated small business subcontracting goals will be required. Included in these plans shall be a separate plan to award at least 50% of all subcontracting opportunities, in such areas as heavy machinery operation, trucking, loading, lodging, equipment rental, etc., to small businesses in general. Please direct all responses to attention of Mr. William C. Randolph (SEA 02812R), fax number (703)602-5478 or e-mail address: Randolph_William_C@hq.navsea.navy.mil. Posted 06/03/99 (W-SN338346). (0154)

Loren Data Corp. http://www.ld.com (SYN# 0036 19990607\F-0001.SOL)


F - Natural Resources and Conservation Services Index Page