|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 29,1999 PSA#2465Commanding Officer, Engineering Field Activity West, 900 Commodore Dr,
San Bruno, CA 94066-5006 Z -- SECTION 8(A) FIXED PRICE REMEDIAL ACTION CONTRACT (FRAC) FOR
CLOSED NAVY BASES IN THE NORTH AND EAST SAN FRANCISCO BAY AREA SOL
N62474-99-R-6085 DUE 122999 POC Barbara Woods, Contract Specialist, FAX
(650) 244-2341 WEB: Click on Advertised Solicitation to download a
copy, http://www.efdsw.navfac.navy.mil/Pages/EBS.htm. E-MAIL: Click
here to ask questions concerning this solicitation.,
bbwoods@efawest.navfac.navy.mil. This is an internet-only solicitation.
No computer disk or paper copy will be sent by the Government, and it
is the proposer's responsibility to check the internet website
http://www.efdsw.navfac.navy.mil/ daily in order to be notified of any
changes to this solicitation. Download from the Internet is free of
charge. This solicitation for environmental remedial action will result
in the award of two contracts. One contract will be primarily for
remediation work at closed Navy bases in the North San Francisco Bay
Area and the other contract will be primarily for remediation work in
the East San Francisco Bay Area. The work required includes the
remediation of any media contaminated by solvents, petroleum oil
lubricants (POL), metals, acids, bases, reactives, polychlorinated
biphenyls (PCB), pesticides, or low level radiological materials. 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, and fire fighting training areas. The
contracts will be Section 8(a) Firm Fixed Price Indefinite Quantity
(FFPIQ) type contracts. Each contract will have a term of a base period
and two one-year option periods. Each contract will have a maximum
total value of $3,000,000 for a three year period ($1,000,000 for the
base year and two option years at $1,000,000 each). The initial award
will be for the base year only. The services are to be acquired by
negotiation from a single solicitation with qualified offers based on
technical and price competition. Technical has two factors; 1)
Corporate Experience and Past Performance and, 2) Capability of Key
Personnel. Factor (1) is more important than Factor (2). The overall
evaluation of Technical Factors (1) and (2), when combined together,
will be approximately equal to Price. All offers shall be evaluated
against the established standards set forth herein.. The technical
proposal will have a page limitation of 25 pages. Interested firms will
be required to submit separate technical and price proposals. Formal
source selection procedures will be used and the award is to be based
on the proposal determined to be most advantageous to the Government
considering both technical and price. The Standard Industrial Code is
8744. THIS PROCUREMENT IS RESTRICTED TO CERTIFIED 8(A) FIRMS LOCATED IN
THE VICINITY OF THE SAN FRANCISCO BAY AREA ONLY FOR CLOSED NAVY BASES
UNDER THE BASE CLOSURE LAWS. IN ACCORDANCE WITH DFARS 226.7101,
"VICINITY" IS DEFINED AS THE FOLLOWING TEN SAN FRANCISCO BAY AREA
COUNTIES: ALAMEDA, CONTRA COSTA, MARIN, NAPA, SAN MATEO, SAN FRANCISCO,
SANTA CLARA, SOLANO, SAN JOUQUIN AND SONOMA The Request for Proposals
(RFPs) will be issued as an electronic bid set (EBS) over the Internet
at address www.efdsw.navfac.navy.mil. A RFP plan holders list will be
created by registration and be available at this Internet website
address. Plan holder lists will NOT be faxed or mailed and will only be
available from the website. All prospective offerors and plan rooms are
reminded, in accordance with DFARS 252.7004, REQUIRED CENTRAL
CONTRACTOR REGISTRATION (MAR 1998), lack of registration in the CCR
database will make an offeror ineligible for award. All prospective
offerors and plan rooms are encouraged to register as plan holders on
the website. Registering offerors and plan rooms must provide a
complete name, complete mailing address and area code and phone number,
offeror type (prime contractor, sub-contractor, supplier or plan room),
e mail address and size (large business, small business, small
disadvantaged business, woman owned small business or other). The RFP
will be available on the Internet on or about 29 October 1999. A
Pre-Proposal Conference will be held on or about 18 November 1999.
Pre-proposal inquiries must be submitted IN WRITING AND FAXED to
Barbara Woods at (650) 244-2341. Posted 10/27/99 (W-SN395784). (0300) Loren Data Corp. http://www.ld.com (SYN# 0117 19991029\Z-0016.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|