Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2002 FBO #0130
SOLICITATION NOTICE

R -- R-Hazardous Material Operations and Material Management

Notice Date
4/9/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Habor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0003902R0031
 
Response Due
6/10/2002
 
Archive Date
7/10/2002
 
Point of Contact
Kristine Boyles 619-532-2553
 
E-Mail Address
Email your questions to Click here to e-mail the Contract Specialist
(kristine_r_boyles@sd.fisc.navy.mil)
 
Description
The Fleet and Industrial Supply Center (FISC), San Diego intends to solicit for Commander Navy Region, Southwest (CNRSW) Consolidated Hazardous Material Operations. This requirement is a follow-on effort with a revised Performance Work Statement and scope to Contract N00244-01-C-0015. A draft Performance Work Statement and associated technical exhibits are available for download on the NECO web site http://www.neco.navy.mil under draft solicitation N00244-02-R-0031. Please note that there is no draft solicitation posted at this time. The Contractor shall manage the CNRSW Consolidated Hazardous Material Reutilization and Inventory Management Program (CHRIMP) work effort and all other functions which will be set forth in the Performance Work Statement (PWS) to ensure fully adequate, timely, and efficient completion of Hazardous Material Operations. The CHRIMP methodology wil l be used to perform these functions. Included in these functions is a range of management duties, which includes but may not be limited to those listed below: CHRIMP implementation; Material management; Inventory replenishment; Material receipt, stow, and issue; Excess and reuse material receipt; Empty and partial container tracking, receipt and reissue; Hazardous Waste (HW) handling, documentation and disposition; HM locker inspection; Material Safety Data Sheets (MSDS) customer support; Material certification for transportation; Public relations/customer marketing; Participation/management of other Pollution Prevention (P2) programs; Update AUL data in government designated software (GDS); Maintain Containment berms; Manage bulk HM; HM kits and support package assembly; Legacy system data base management; Business metrics creation, processing and management; HW processin g and management; Spill response services; Sampling services; Operate NADEP North Island Issue Centers (IC); Shelf-life management; Provide customer accommodated storage. Offerors will own and maintain the inventory at all sites except for Naval Aviation Depot (NADEP) where the inventory is Government-owned. The successful Contractor shall have available, on the first day of Full Contract Performance, at a minimum, all material listed by Site in Technical Exhibit (TE) 6a which will be provided with the Performance Work Statement (PWS), to sustain mission capability and meet customer requirements. TE6a has been established by the Government based on actual demand history and is considered a minimum level required to perform on this contract. This 15-day endurance level of inventory shall not be construed as the total range and depth of line items required to perform on th is contract. The solicitation is anticipated to be released on or about April 26, 2002 with an estimated solicitation closing date of June 10, 2002. The solicitation and any subsequent amendments resulting from this announcement will be available to interested parties via the Navy Electronic Commerce Online (NECO) web site at http://www.neco.navy.mil. No hard copies of the solicitation or amendments will be issued. It is the responsibility of interested parties to frequently monitor this web site for updates and new listings. The contract will be a requirements contract and include both service and supplies CLINs. The contract is anticipated to contain a 30-day phase-in period, a base year commencing 01 October 2002 and four one-year options. It is anticipated that award term options totaling 5 additional years beyond the base year and four one-year options be inclu ded in the solicitation. Award term options may be awarded as a result of performance in accordance with the award term provisions set forth in the solicitation and resulting contract. This acquisition will be conducted as an unrestricted procurement under North American Industry Classification System (NAICS) 561210, which establishes a small business size standard of $6M. Industry day was held April 02, 2002. The industry day presentation and a list of companies attending industry day are also posted to NECO at http://www.neco.navy.mil. for your information.
 
Web Link
Click here to learn more about FISC San Diego
(http://www.sd.fisc.navy.mil)
 
Record
SN00055841-W 20020411/020410063711 (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.