Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2004 FBO #1103
MODIFICATION

99 -- Environmental Job Order Contract for Great Lakes and 15 States

Notice Date
12/1/2004
 
Notice Type
Modification
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Midwest, 201 Decatur Avenue Building 1A, Great Lakes, IL, 60088-5600
 
ZIP Code
60088-5600
 
Solicitation Number
N68950-04-R-0028
 
Response Due
12/21/2004
 
Archive Date
1/5/2005
 
Point of Contact
Judith Honold, Contract Specialist, Phone 847-688-2600x171, Fax 847-688-6567,
 
E-Mail Address
judy.honold@navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
12/1/04 - The Phase I Request for Proposal has been issued for the Environmental Multiple Award Project. The solicitation number for this project has be changed to N40083-05-R-4006. Please refer to web site http://www.esol.navfac.navy.mil and after registering you will be able to download the solicitation and scope of work for this project. The Phase I Proposals are due on 12/21/04 at 12:00 p.m. CST. SOURCES SOUGHT NOTICE ENVIRONMENTAL JOB ORDER CONTRACT NAVAL STATION, GREAT LAKES, IL This is not a request for either a quote or proposal, or an invitation for bid. The intent of this Sources Sought Notice is to identify potentially qualified 8(a) or HUBZone businesses nationwide capable of providing environmental services and construction utilizing a fixed price; unit price indefinite delivery/indefinite quantity contract using automated cost estimate software. Historically, the work performed under this contract has included the following projects, such as, but not limited to, asbestos, lead, mercury surveys and abatement, third-party monitoring, deployment and management capabilities for spill response, clean-up actions, facility decontamination, and demolition, AST/UST removal/replacement/remediation/ testing, soil and groundwater remediation, site characterization and assessment, wetland delineation, mitigation and dredging operations. Offerors must have expertise and capabilities in remediation investigation, planning, preparation and execution of environmental construction quality control, oversight and documentation, preparation of environmental planning documents in association with NEPA, perform investigation and remediation for UXO/EDO sites, perform investigation and remediation of radiological contaminated sites, sampling quality assurance quality control preparation and quality assurance project plans (QAPPS), cleaning and maintaining of air emission units, construction maintenance and troubleshooting of chemical treatment and utility process systems, management, and handling of hazardous and environmentally regulates wastes and related environmental support services. Offerors must have an established reputation (or, if newly organized, whose personnel have previously established a reputation in the field) that is regularly engaged in and that maintains a regular staff of employees with necessary certifications and licenses. Such certification and licenses for the following are applicable: asbestos, lead, hazardous waste, environmental cleanup, health and safety, sampling and analysis, air monitoring, noise analysis, as well as geological, hydro-geological and environmental engineering design and oversight. Offerors shall demonstrate the ability to have performed this work on previous projects. Work under this contract will be performed in the following States: Illinois, Indiana, Ohio, Michigan, Wisconsin, Minnesota, Iowa, Kansas, Missouri, Kentucky, Nebraska, North Dakota, South Dakota, Colorado, Wyoming (Area of Reasonability (AOR)). Historically, the preponderance of the work is within the states of Illinois, Indiana and Missouri. The Engineering Field Activity, Midwest, Great Lakes, Illinois is seeking interest from 8(a) or Hub Zone businesses nation wide. Estimated cost of this potential contract is $30 Million over a base year and potential four option years. The North American Industry Classification System (NAICS) code for this proposed procurement is 562910, Remediation Services and the size standard is 500 employees. At least 50 percent of the cost of contract performance shall be expended by employees of the concern. This proposed contract is being considered as a set-aside under section 8(a) of the Small Business Act. The Statement of Capability (SOC) will be the basis for the Government?s decision to establish this requirement as a competitive national 8(a) or HUB Zone set-aside acquisition. Interested 8(a) or HUBZone businesses must submit a SOC, which describes in detail the business?s capability to provide a wide-range of environmental services over Great Lakes 15-state area of responsibility (AOR). The SOC must be submitted using 8-1/2 by 11-inch standard bond paper, with a Table of Contents in a 3-ring binder with each section Tabbed. SUBMITTAL REQUIREMENTS: (1) Full Name and Address of the firm; (2) Year firm was established; (3) Name of two principals to contact (including title, telephone and fax numbers); (4) Provide proof of 8(a) or Hub Zone certification; (5) Must be registered in the Department of Defense Central Contractor registration (CCR) database (www.ccr.gov); (6) Licensed/Bonded and fully capable to perform environmental remediation services and construction work under the NAICS Code Series 562910; (7) Positive statement of eligibility/certification as an 8(a) under NAICS Code 562910, including certification of company?s size status; (8) List all professional and environmental certifications licenses within the 15 state AOR; (9) Must provide a letter from a surety of your bonding capability up to $6 million. (10) Provide Resumes and include prior experience of key company personnel both in prime and all planned sub-contractors, experience in mobilizing and managing a large workforce; (11) Provide past performance documentation of a minimum of three projects identified in intent of this Sources Sought Notice completed within the last five years, which are similar in size, scope and complexity to this contract; (12) Demonstrate ability to conduct multiple simultaneous task orders across the 15 state AOR. (Historically, on average of 10-40 task orders are open concurrently for simultaneous execution of services); Submittal Requirements also include, requirements for submitting information relative to past performance on contracts of this type. The quality of work previously performed and the relative capability of the firm to effectively accomplish the work requirements of contract similar to the one proposed will be assessed based on references provided by the firm, customers known to the government, and any of your sources that may have useful and relevant information. Include information for similar contracts currently in progress or completed within the last five years. The following information Government or Commercial shall be provided for each of your references: (a) Contract Number and Project Title; (b) Name of Contracting Activity; (c) Administrative contract officer?s name and current telephone number; (d) Contracting Officer?s technical representative or primary point of contact?s name and current telephone number; (e) Contract type (e.g. firm fixes price, cost plus, requirement or combination); (f) Period of performance (start and completion dates); (g) Basic contract award and final contract value; (h) Summary of contract work. Also include and the provide information on any proposed teaming arrangements. Any joint ventures with 8(a) members will have to comply with CFR Title 13, Section 124.513. The SOC must be complete and sufficiently detailed to allow the government to determine the firm?s qualifications to perform the defined work. Interested parties are required to mail their responses to the Engineering Field Activity, Midwest, Attention: Gussie Hendrix, Contract Specialist, 201 Decatur Avenue, Building 1A, Great Lakes, Illinois 60088-5600. Receipt of potential offeror?s SOC shall be received no later than May 21, 2004, 4:00 p.m. Central Standard Time. All data received in response to this announcement marked or designated, as corporate or proprietary information will be protected from release outside the Government in accordance with the Freedom of Information Act and Privacy Act provisions. This Sources Sought Notice for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. This notice is NOT a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of potentially qualified 8(a) or HUB Zone sources nationwide prior to issuing the RFP. If a RFP is issued, the solicitation will utilize source selection procedures, which require offerors to submit technical experience, past performance and price for evaluation by the Government. The Government will not pay for any effort expended in response to this notice and submittals will not be returned to the sender. Estimated award date for this potential contract is January 2005. Point of Contact: Gussie Hendrix, Contract Specialist, 847-688-2600, Ext. 116, Fax 847-688-6567, email gussie.hendrix@navy.mil
 
Place of Performance
Address: Naval Station Great Lakes, Illinois and 15 State Region
Zip Code: 60088-5600
Country: USA
 
Record
SN00715320-W 20041203/041201212050 (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.