Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2002 FBO #0151
SOLICITATION NOTICE

99 -- Sheep Dip Vat Investigation and Removal Action

Notice Date
4/30/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Interior, Bureau of Indian Affairs, Division of Acquisition and Property Management, 2051 Mercator Drive, Reston, VA 20191
 
ZIP Code
20191
 
Solicitation Number
K00401-2-083
 
Response Due
5/14/2002
 
Archive Date
6/13/2002
 
Point of Contact
John Marshall, Contracting Officer, Phone 703-390-6476, Fax 703-390-6582. Alternate - Daniel Stanley, Contracting Specialist, 703-390-6477, Fax 703-390-6582.
 
Description
This acquisition is for a firm-fixed price, indefinite-delivery, indefinite quantity (IDIQ), environmental multiple award contract for sheep dip vat investigation and removal action at numerous sites on the Navaho Nation in Arizona and New Mexico. This procurement is 100% set-aside for competition between organizations owned or controlled by Native Americans under authority of the Buy Indian Act, 25 U.S.C. 47 (6-25-1910). The North American Industrial Classification System (NAICS) number applicable to this requirement is 562910, Environmental Remediation Services. The Bureau of Indian Affairs (BIA) intends to award two or more Indefinite Delivery/Indefinite Quantity contracts, however, the Government reserves the right to award only one contract as a result of this solicitation if at least two (2) qualifying quotations are not received. Awards will be made using Federal Acquisition Regulation (FAR) Part 13 simplified acquisition procedures as amended through Federal Acquisition Circular 2001-03. Contracts will be awarded to the responsible Native American organization(s) whose quotation is responsive to the solicitation and 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 on 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 is $5000 and applies to the five-year term of the contract(s). The aggregate value of task orders issued under the contract(s) will not exceed $2,500,000. 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). Typical work that may be performed under the resulting contract(s) includes: produce required CERCLA documentation or update existing documentation; prepare risk assessments to determine site risk to human health and the environment; plan and carry out removal actions at dip vat sites identified for remediation; and preparation of no further action and/or records of decision for any specified site included in the task order. Remediation actions shall include in-situ bioremediation, contaminated soil removal and transport to an approved disposal facility or other appropriate technology. The contaminants will include, but are not limited to, those identified and regulated under RCRA, CERCLA and the Toxic Substance Control Act (TSCA). The contaminants included are predominately toxaphene, lindane and Heptachlor. Contaminants may be present in soils, ground water and man-made structures. Contaminated sites were formerly used to dip sheep for purposes of insect control. Quotations will be evaluated on the following factors: 1) Ability to produce CERCLA documentation. 2) Ability to plan and carry out CERCLA investigations. 3) Ability to plan and carry out CERCLA removal actions. 4) Ability to assess site risk, particularly human health risk. 5) Past performance within the preceding three years. Factors 2 and 3 are equal to each other in importance and are twice as important as factors 1 and 4 which are also equal to each other. Factors 1, 2, 3 and 4 when taken together are 4 times the weight given to factor 5. Price will be considered when the quoters are judged as offering technically equivalent capabilities or if a price is so high as to diminish the value of an otherwise technically superior quotation. Quoters shall submit completed quotation packages in paper format. This may be done via fax, by mail, delivery service or via hand delivery to the contracting officer's attention at the address above. The Bureau does not have the ability to accept responses via electronic commerce or e-mail at the present time. The Government reserves the right to reject any or all quotations at any time prior to award; to award contract(s) to other than quoters submitting the lowest total prices(s) for task order 0001; to limit the number of quotations in the competitive range to the greatest number that will permit an efficient competition among the most highly rated quotations and to award to the quoter(s) submitting the quotation determined by the contracting officer to be most advantageous to the Government. Quoters are advised that an award may be made without discussions or any contact concerning quotations received. Therefore, quotations should be submitted that initially offer the most favorable terms. Quoters should not assume that they will be contacted or afforded the opportunity to qualify, discuss or revise their quotations. Costs associated with responding to the solicitation will not be compensated. The solicitation will be available in Microsoft Word 2000 for Windows file format recorded to a CD-ROM. Amendments will be shipped automatically to organizations requesting the solicitation. The solicitation is scheduled for release on or about May 9, 2002. Interested and qualified Native American organizations may request a copy of the synopsis on their letterhead addressed to the attention of the contracting officer. This request may be delivered by mail, delivery service, fax or by hand to the contracting office indicated above. The CD-ROM containing the solicitation will be shipped via FEDEX therefore you must indicate a physical delivery address not a post office box. Requests for additional information shall also be in written form to the attention of the contracting officer. Prospective contractors are advised that documents mailed via the U.S. Post Office to Government addresses are subject to delay due to irradiation requirements and it is therefore recommended that time-sensitive documents be sent by one of the other methods authorized. The BIA is not able to send or receive e-mail outside the Bureau at the present time.
 
Record
SN00068972-W 20020502/020430213430 (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.