Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2002 FBO #0067
MODIFICATION

99 -- ENVIRONMENTAL REMEDIATION SERVICES FOR A FIRM FIXED PRICE IDIQ ENVIRONMENTAL MULTIPLE AWARD CONTRACT (EMAC) FOR REMEDIAL ACTIONS AT VARIOUS LOCATIONS IN CA, AZ, NV, AND NM

Notice Date
2/5/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Environmental Contracts Team, Attn: 02R1 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N68711-02-R-8302
 
Response Due
2/8/2002
 
Archive Date
2/23/2002
 
Point of Contact
Beatrice Appling, Contract Specialist, Phone 619-532-0773, Fax 619-532-0771,
 
E-Mail Address
applingbm@efdsw.navfac.navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
Environmental remediation services for a fixed price, IDIQ Environmental Multiple Award Contract (EMAC) involving remedial actions at environmentally contaminated sites at various locations in CA, AZ, NV, and NM. The Government expects most of the work to be performed in Northern California. This procurement is reserved for competition in the Section 8(a) program pursuant to the Small Business Act. The North American Industrial Classification System (NAICS) applicable to this requirement is 562910, Environmental Remediation Services. Responding 8(a) firms must have NAICS Code 562910 among their approved codes. The geographical restriction of this requirement is San Francisco, California. EFD Southwest intends to award two or more Indefinite Delivery/Indefinite Quantity 8(A) contracts. The Government reserves the right to award only one contract as a result of this solicitation if at least two (2) qualifying proposals are not received. Awards will be made using Federal Acquisition Regulation (FAR) Part 15 competitive negotiation procedures. Contracts will be awarded to the responsible Small Business 8(a) firms whose proposals, conforming to the solicitation, offer the "Best Value" to the Government, price and other factors considered. The contracts will be awarded for a base period of one year with four one-year option periods. The Government intends to award one contract with the proposed Task Order 0001 and to award the remaining contracts with a minimum guarantee of $5,000.00 each. However, the Government reserves the right not to award the proposed Task Order 0001 identified in this solicitation or to award it at a later date after award of the basic contract(s). The minimum guarantee applies to the five-year term of the contract(s). The aggregate value of delivery orders issued under the contract(s) will not exceed $20,000,000. The number and dollar value of task orders awarded under each contract will depend upon the results of the task order competition conducted among the firms that receive contract awards. Task orders will be competed on a firm fixed price basis among contract awardees in accordance with FAR 16.505(b). Most of the work resulting from this solicitation will be performed in Northern California. Typical work that may be performed under the resulting contract(s) include environmental remedial actions, removal actions, and remedial action systems operation and maintenance. Remedial actions may include, but will not be limited to, capping landfills, pump-and-treat remediation, bioremediation, soil vapor extraction, natural attenuation, bioventing, air sparging, thermal treatment, phytoremediation, soil washing, and free product recovery. Additional work includes: expedited and emergency response actions; pilot and treatability studies, and other related activities associated with returning sites to safe and acceptable levels of contamination. The contaminants will include, but are not limited to, those identified and regulated under the Resource Conservation and Recovery Act (RCRA), Comprehensive Environmental Response Compensation, and Liability Act (CERCLA), Toxic Substances Control Act (TSCA), Solid Waste Disposal Act (SWDA), and petroleum oils and lubricants (POL). The contaminants included are predominately solvents, POL, metals, acids, bases, reactives, polychlorinated biphenyls (PCBs), and pesticides. Contaminants may be present in soils, sediments, ground water, air, sludge, surface water, and man-made structures. Contaminated sites may be landfills, hazardous waste treatment storage and disposal facilities, tanks, lagoons, fire fighting training areas, or other facilities. Proposals will be evaluated based on the following evaluation factors: Factor 1 - Past Performance, Factor 2 - Specialized Experience, Factor 3 - Engineering and Management Approach (This factor will include proposed Task Order 0001), and Factor 4 - Emergency Response Mobilization Plan are of equal importance to each other. Factor 5 - Price (Price of the proposed Task Order 0001) is slightly less important than any one of the other factors. When the proposal is evaluated as a whole, Factors 1, 2, 3, and 4 when combined are significantly more important than Factor 5. The importance of price will increase if offerors are considered essentially equal in terms of technical capability or if price is so significantly high as to diminish the value of the proposal's technical superiority to the government. Offerors shall submit proposals via electronic format on either a CD-ROM disk or 3 1/2 inch floppy disk. The acceptable electronic formats for proposals include Word (95 - 00), Excel (95 - 00), or Adobe Acrobat (3.0 or 4.0) (.pdf). Electronic mail is not an acceptable format. Offerors shall ensure that proposal disks are virus free, and free of password protection. If access to proposal data is prohibited due to viruses, passwords, or wrong format, the offeror may be considered unacceptable. A pre-proposal conference will be held in conjunction with the site visit for the proposed Task Order 0001. Offerors are encouraged to participate in the conference/site visit. The date and time of the pre-proposal conference and site visit have not yet been determined. Offerors interested in participating in the pre-proposal conference and site visit shall fax the following information on company letterhead not later than December 17, 2001 to Bea Appling at 619-532-0771: Company Name, Name of Individuals attending, Social Security #, Date of Birth, U. S. Citizenship. The Government reserves the right to reject any or all proposals at any time prior to award; to award contract(s) to other than offeror(s) submitting the lowest total price(s) for proposed Task Order 0001; and to limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals, and to award to the offeror(s) submitting the proposal determined by the Government to be most advantageous to the Government. Offeror's are advised that an award may be made without discussions or any contact concerning proposals received. Therefore, proposals should be submitted initially offering the most favorable terms. Offeror(s) should not assume that they will be contacted or afforded the opportunity to qualify, discuss, or revise their proposal(s). Costs associated with participating in the pre-proposal conference/site visit or responding the solicitation will not be compensated. The solicitation will be available only by electronic media and can be downloaded free of charge via the Internet World Wide Web at http://esol.navfac.navy.mil under pre-solicitation notice N68711-02-R-8302. In the event that electronic files for proposed Task 0001 are too large to post on the electronic solicitation (esol) website, these files will be available through plan rooms identified on the esol website. Prospective offerors must register on the web site. There will be no paper copies of this solicitation issued. Amendments will be posted on the web site for downloading. This will be the only method of distribution; therefore, it is the offeror(s) responsibility to check the web site periodically for any amendment to this solicitation. Offeror(s) must be registered in the Contractor's Central Registration (CCR) http://www.ccr2000.com in order to participate in this procurement. The solicitation is scheduled for release on or about December 14, 2001. The POC for this solicitation is Bea Appling at 619-532-0773. Requests for additional information should be in writing and e-mailed to Bea Appling at applingbm@efdsw.navfac.navy.mil with copies to Richard Selby at selbyRP@efdsw.navfac.navy.mil. Requests for additional information may also be faxed to 619-532-0771, ATTN: Bea Appling.
 
Place of Performance
Address: VARIOUS LOCATIONS IN CA, AZ, NV, AND NM
 
Record
SN20020207/00022989-020205213408-W (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.