Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2002 FBO #0076
SOLICITATION NOTICE

F -- Shore Facilities Pollution Prevention Technology Development Program

Notice Date
2/14/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Naval Facilities Engineering Command, Contracts Office, Port Hueneme, 3502 Goodspeed Street, Suite 2 Building 41, Port Hueneme, CA, 92043-4306
 
ZIP Code
92043-4306
 
Solicitation Number
N47408-02-R-2308
 
Response Due
4/19/2002
 
Point of Contact
Marie Miller, Contracting Officer, Phone 805-982-4414, Fax 805-982-4540,
 
E-Mail Address
MillerMR@cbchue.navfac.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Naval Facilities Engineering Service Center (NFESC) has a requirement for pollution prevention and remedial measures including, but not limited to, the following: hazardous waste management, hazardous material control, ADP systems, solid waste, air emissions control, wastewater management, oily waste management, and environmental compliance. The Contractor will also be expected to perform a variety of on site activities in support of pollution prevention Research, Development, Testing and Evaluation (RDT&E) efforts. Activities include the following: analyzing environmental data, collecting environmental samples and performing chemical analyses, conducting temporary installation of support facilities, preparing technology transfer packages, preparing cost and performance reports, and performing various engineering services and tasks under the Department of Defense (DoD) and Navys Environmental Restoration and Conservation programs. Efforts may also fall under specialized DoD RDT&E technology programs including the Environmental Security Technology Certification Program (ESTCP) and Strategic Environmental Research and Development Program (SERDP). The work may include development of the following: mobile bilge water treatment system, oily sludge treatment, aircraft wash rack recycling systems, Volatile Organic Compounds oxidation systems, shore side oily wastewater treatment, zero discharge electroplating/metal finishing operations, environmentally sound firefighting training facilities, cyanide removal from wastewater, aqueous fire fighting foam (AFFF) wastewater treatment, mobile/stationary kits to test AFFF distribution systems vehicles, AFFF detection sensors, jet engine test cell air and noise emission reductions, and diesel engine PM and NOx emission reductions. It may also include, analyzing Navy industrial processes that generate Hazardous Waste (HW), emit air pollutants, and discharge wastewater to develop optimal techniques for conducting the processes with the least pollution generation; developing a sustainable aircraft maintenance facility that integrates pollution prevention and environmentally friendly technologies into scheduled maintenance operations; monitoring air emissions including the installation and operation of air quality monitoring stations; collecting and reducing data; performing storm water monitoring for industrial facilities, including visual observations of storm water and non-storm water discharges; developing programs to comply with the Phase 2 storm water regulations; developing innovative technologies to reduce storm water pollution; and demonstrating processes to reduce toxic organic chemicals in wastewater streams. Must be located in close proximity to the Naval Facilities Engineering Service Center to provide for sudden appointments and meetings, as significant meeting would take place. Personnel must be readily available with as little as 1-2 hours advance notice to provide for sudden appointments and meetings and prompt access to resources and equipment. The Navy anticipates a CPFF IDIQ type contract to be issued for one base year with four one-year options. The procurement is 100% Small Business Set-Aside with a Northern American Industry Classification System (NAICS) Code 541330, and size of no more than $13,500,000 average gross annual income over the three consecutive years. This solicitation will be available by INTERNET ACCESS ONLY. All solicitation documents and amendments thereto will be posted on the NAVFAC E-Solicitation Website at http://www.esol.navfac.navy.mil/. The solicitation should be available at the aforementioned website on or around March 18, 2002, the closing date will be 30 days later. It shall be the contractors responsibility to check the web site for any amendments. Interested parties are required to register for the solicitation at the NAVFAC E-Solicitation Website. THE CONTRACTOR IS REQURIED TO REGISTER WITH THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR). NO CONTRACT AWARD WILL BE MADE TO ANY CONTRACTOR THAT IS NOT REGISTERED OR IN THE PROCESS OF REGISTERING WITH THE DOD CENTRAL CONTRACTOR REGISTRATION. THE DOD CENTRAL CONTRACTOR REGISTRATION MAY BE REACHED AT (888) 352-9333, OR FACSIMILE (616) 691-5305, OR E-MAIL dlsc-cso@dlsc.mil. All responsible sources may submit a proposal which shall be considered by the Navy.
 
Place of Performance
Address: Port Hueneme, CA
Zip Code: 93043
Country: USA
 
Record
SN00026914-W 20020216/020214213344 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.