Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2003 FBO #0495
MODIFICATION

C -- Sources sought for air/radon survey projects within the Southern Division geographic area of responsibility

Notice Date
4/7/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, 2155 Eagle Drive, North Charleston, SC, 29406
 
ZIP Code
29406
 
Solicitation Number
N62467-02-R-0456
 
Response Due
4/24/2003
 
Archive Date
5/9/2003
 
Point of Contact
Debra Evans-Ripley, Contracting Office, Phone 843-820-5636, Fax 843-818-6873,
 
E-Mail Address
ripleyde@efdsouth.navfac.navy.mil
 
Description
The proposed contracts listed herein are being considered for 100% 8(a), HUBZone or Small Business Set-Aside. All interested 8(a), HUBZone or Small Business Set-Aside concerns will notify this office electronically to ripleyde@efdsouth.navfac.navy.mil of their intention to submit the required information listed below as a Prime no later than 27 DEC 2002. Solicitation N62467-02-R-0456, Sources sought for Indefinite Quantity Solicitation for Air/Radon Survey Projects in AL, FL, GA, IL, IN, KY, MI, MS, NC, OH, SC, TN and WI. Solicitation N62467-03-R-0084, Sources sought for Indefinite Quantity Solicitation of Air/Radon Survey Projects in AR, CO, IA, KS, LA, MN, MO, ND, NE, OK, SD, TX and WY. NOTE: 8(a), HUBZone and Small Business firms: At least 50% of the cost of the contract performance incurred for personnel shall be expended for employees of the concern. This notification/submittal in writing must include (1) the name of the firm; (2) evidence of capacity to perform the requirements and capacity of firm to manage several projects at one time; (3) Knowledge of DOD regulations to include recent experience (within the past 5 years) of firm members, individually and collectively, as a total in performing air/radon survey projects. This work includes, but is not limited to the following services: emission source identification; emission quantification; compliance evaluation and recommendation for corrective action; construction and operating permit preparation which includes Title V, PSD, NSR, as well as state and local permits; stack testing of emissions; control equipment design and costing; dispersion modeling; inventory, development and completion of risk management plans under CAA section 112R; modification of existing access/oracle databases used for tracking and reporting emission information as well as development of new databases for emissions tracking; identification, design and costing of refrigeration and HVAC equipment for compliance with Title VI of the Clean Air Act of 1990, as well as 40 CFR 80 and OPNAVINST 5090.1B, Indoor air quality (IAQ), radon surveys and studies; and (4) general information that demonstrates the capability to perform projects of this complexity and magnitude. If adequate interest is not received from 8(a) concerns, consideration will then be given to setting the requirements aside for HUBZone concerns. If adequate interest is not received from HUBZone concerns, consideration will then be given to setting the requirements aside for Small Business concerns. Also, if adequate interest is received from 8(a) and HUBZone concerns, it is the Contracting Officer?s determination on how this will be set-aside IAW SBA Procedural Notice, Control No.: 8000-553 dated 10-10-2001. If adequate interest is not received from Small Business concerns, then the requirement will be issued Unrestricted as N62467-02-0456 and may result in the award of one or more contracts, Indefinite quantity solicitation for air/radon survey projects within the Southern Division area of responsibility. The contract involves conducting fieldwork at Navy other Federal facilities within the Southern Division?s area of responsibility to adequately determine the emission information and compliance status as cited above. Permit applications necessary for compliance must be developed or modified as appropriate. A professional engineer will sign and seal the permit applications; therefore, contractor personnel must consist of professional engineers registered in the applicable state in which the work is conducted. The format for all reports shall include both a hardcopy and an electronic copy. A minimum $20,000 shall be guaranteed for each contract. This guaranteed fee is a recordable obligation at the time of award and as such shall be fully funded. The minimum guarantee may be satisfied by issuance of one or more delivery orders in the base year. The minimum guarantee will be fulfilled in the base year and payable once for the term of the contract including any option years. Contracts are for one year with 4 one-year options and fee including all options will not $5,000,000 per contract. No new work can be added after one year following award of the initial contract unless the option year is exercised.
 
Place of Performance
Address: SOUTHDIV AOR
Country: USA
 
Record
SN00297559-W 20030409/030407213708 (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.