Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2004 FBO #1035
SOLICITATION NOTICE

F -- ENVIRONMENTAL REMEDIATION SERVICES AT VARIOUS LOCATIONS IN CA, AZ, NV, NW, AND UT

Notice Date
5/21/2004
 
Notice Type
Solicitation Notice
 
NAICS
562910 — Remediation Services
 
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
N68711-03-R-5112
 
Response Due
7/8/2004
 
Point of Contact
Beatrice Appling, Contract Specialist, Phone 619-532-0773, Fax 619-532-0771, - Karen Rooney, Contract Specialist, Phone (619) 532-0777, Fax (619) 532-0771,
 
E-Mail Address
beatrice.appling@navy.mil, karen.rooney@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Naval Facilities Engineering Command (NFEC), Southwest Division, San Diego, California, is preparing to release a Request for Proposal (RFP) for Environmental Remediation Services at various locations in California, Arizona, Nevada, New Mexico, and Utah. Resulting Contract’s will be fixed price, Indefinite Delivery/Indefinite Quantity (IDIQ), Environment Multiple Award Contract’s (EMAC). This procurement is 100% set-aside for Small Business (See Note 1). The North American Industrial Classification System (NAICS) applicable to this requirement is 562910, Environmental Remediation Services with an applicable size standard of no more than 500 employees. This size standard applies for the establishment of eligibility of a small business. NFEC Southwest intends to award more than two Indefinite Delivery/Indefinite Quantity small business contracts. Typical tasks that may be performed under the resulting contracts include environmental remedial design, 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 may 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). It is anticipated that most of the work resulting from this solicitation will be performed in California. Formal source selection procedures will be followed as prescribed by Federal Acquisition Regulation (FAR) Part 15 and FAR Supplement as applicable. Contracts will be awarded to the responsible Small Business firm(s) 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. FAR Clause 52.217-8 Option to Extend Services will be incorporated into the resulting contracts. The Government intends to award one contract with the proposed Task Order 0001 and to award the remaining contracts with the minimum guarantee of $5,000.00 each. The Government reserves the right not to award the proposed Task Order 0001 identified in the 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 $60,000,000. Fair opportunity will be provided for all resulting task orders in accordance with FAR 16.505(b). Proposals will be evaluated based on the following evaluation factors: Factor 1 - Past Performance, Factor 2 - Specialized Experience, and Factor 3 - Engineering and Management Approach (This factor will include proposed Task Order 0001). Factors 1, 2, and 3 are of equal importance to each other. Factor 4 - 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, and 3 when combined are significantly more important than Factor 4. 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. Proposals shall be submitted in accordance with Sections L, and M of the solicitation. A pre-proposal site visit/meeting will be at the Marine Corps Logistics Base, Barstow, California for the proposed Task Order 0001 project. The date and time for this site visit has not been established. All firms interested in attending the site visit must submit the following information by email no later than 11 June 2004: Full name of individual(s) attending, social security number, date of birth, citizenship, drivers license number and state, company name, phone and fax numbers, vehicle information: year, make, model, color, and license plate number. Due to space limitations, participation is limited to two (2) representatives from each firm. Costs associated with participating in the pre-proposal site visit/meeting or responding the solicitation will not be compensated. The solicitation will be available by electronic media only and can be downloaded free of charge via the Internet World Wide Web at http://esol.navfac.navy.mil or http://www.eps.gov under pre-solicitation notice N68711-03-R-5112. 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.ccr.gov in order to participate in this procurement. The solicitation issue date is on or about 8 June 2004. The closing date set for receipt of proposals is 8 July 2004, 2:00 p.m. local time. The POC for this solicitation is Bea Appling at 619-532-0773 or Karen Rooney at 619-532-0777. Site visit information, and questions should be submitted by email to Beatrice.Appling@navy.mil or faxed to 619-532-0771. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (21-MAY-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 24-SEP-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N68711A6A/N68711-03-R-5112/listing.html)
 
Record
SN00681991-F 20040926/040924212917 (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.