Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2005 FBO #1215
MODIFICATION

Y -- Various Environmental Remediation, Environmental Multiple Award Contract 8 (A) EMAC

Notice Date
3/23/2005
 
Notice Type
Modification
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northeast, 10 Industrial Hwy MS #82, Lester, PA, 19113
 
ZIP Code
19113
 
Solicitation Number
N62472-05-R-0030
 
Response Due
5/2/2005
 
Archive Date
5/17/2005
 
Point of Contact
Susan Little, Contract Specialist, Phone 6105950804, - David Rule, Supervisory Contract Specialist, Phone (610)595-0633, Fax (610)595-0645,
 
E-Mail Address
susan.little@navy.mil, david.rule@navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
Subject: Various Environmental Remediation, Environmental Multiple Award Contract 8(A) EMAC SOL # N62472-05-R-0030 Due: 02 May 2005 POC Susan Little, Contract Specialist, 610-595-0804 DESC: This is a Procurement Notice: This Request for Proposal package will be available on the Internet. The address for downloading this solicitation from the Internet is: www.esol.navfac.navy.mil Downloading from the Internet is free of charge. All perspective offerors should register on the NAVFAC, Engineering Field Activity Northeast Internet website (www.esol.navfac.navy.mil) for this project under the ?Solicitation Registration Block? by clicking on ?Contract and Bid Opening Information? to the left of the screen, click on ?Contract Information?, click on ?Planned Solicitations?, click on the Contract Number you are interested in, Scroll down to ?Solicitation Registration?, Input your company?s information, then click on ?Register Contractor?, your firm should now be listed on the Planholder?s list. An official Planholders list will be maintained on-line and can be printed from the web site. Planholders lists will not be faxed. Recording companies and Blueprint companies are also required to register. Notification of any changes to this solicitation (Amendments) shall be made only on the Internet. It is therefore the contractor?s responsibility to check the Internet. THIS SOLICITATION IS SET ASIDE FOR 8(A) AND UP TO TWO (2) QUALIFIED HUBZONE CONTRACTORS ONLY. PROPOSERS MUST BE CERTIFIIED AS 8(A) CONTRACTORS BY THE SMALL BUSINESS ADMINISTRATION PRIOR TO SUBMISSION OF A PROPOSAL. The NAICS # is 562910 and the Small Business Size Standard of 500 employees is applicable to this procurement. This solicitation will result in award of an 8(A) Environmental Multiple Award Contract (EMAC). The EMAC will include up to six (6) Indefinite Quantity Contracts with firm fixed price task orders. The work contemplated under this procurement shall include asbestos abatement, lead paint hazardous control, underground storage tank removals/replacements, demolition, soil removal and various other environmental remediation projects. Projects may require developing documentation such as work plans, health and safety plans and closeout reports. The contaminants will include, but are not limited to, petroleum oils and lubricants (POL), asbestos, solvents, metals, acids, bases, reactives, polychlorinated biphenyls (PCBs) and pesticides. The work will be concentrated primarily in the EFANE 10 state area, as well as all other areas of NAVFAC Atlantic?s AOR. Award of the seed project will be made to the responsible offeror whose proposal, conforming to the solicitation, is considered to be the most advantageous to the Government as a result of a Best Value Evaluation, price and other factors considered. The task orders under the contract will be issued for environmental remediation projects. The request for Proposal procedures will be utilized for this procurement. Interested firms will be required to respond to evaluation factors as set forth below. The evaluation factors may include 1) Past Performance, 2) Technical Expertise and Qualifications, 3) Safety and 4) Price. (THIS SOLICITATION IS SET ASIDE FOR 8(A) AND QUALIFIED HUBZONE CONTRACTORS). The Request for Proposal package is available on www.esol.navfac.navy.mil. The maximum value of this contract will be $30 million over the 5 years of contract performance. This contract is prepared to award up to six (6), 8(A) firms, two (2) of which could be qualified HubZone firms. A bid guarantee must be submitted with the proposal. The anticipated range for each task order will generally be between $25 thousand and $1 million dollars. The seed project will be a Soil Removal Action located at Naval Support Activity (NSA), Mechanicsburg, PA. Each of the six (6) contracts awarded will contain a minimum guarantee $5,000.00 over the five years of contract performance. Should there be contractors who are unable to competitively secure a task order to meet the minimum guarantee, award factors may be modified in order to ensure each participating contractor is awarded task orders meeting the minimum guarantees. All contractors awarded a contract will competitively quote on the subsequent task orders. Award of a task order may be made to only one firm if it is necessary to place an order to satisfy a minimum guarantee. The solicitation will incorporate an initial or seed project for award. Potential proposers may be required to participate with the Government in an on-site scope meeting for the project to be placed under the contracts. Failure to submit technical and price proposals on future task orders may result in the Government not placing future orders on the contract. Participation in the pre-proposal conference on 7 April 2005 at 10:00AM and the site visit on 31 March 2005 at 10:30AM for future task orders will be the responsibility of the offerors and are not directly reimbursable by the Government. Task orders may require multi-disciplined remediation and abatement service in all aspects of environmental projects. All key professional disciplines (architectural/engineering) shall be registered. THIS SOLICITATION IS SET-ASIDE FOR CERTIFIED 8(A) AND QUALIFIED HUBZONE CONTRACTORS IN SBA NATIONWIDE. Per the Debt Collection Improvement Act of 1996, the Defense Federal Acquisition Regulation Supplement (DFAR) has been amended to require all contractors to register in the Department of Defense (DOD) Central Contractor Registration (CCR) Database. Be advised for solicitations issued after May 31, 1998, failure to register in the CCR makes an offeror ineligible for award of DOD contracts. Information regarding this registration may be obtained by accessing our website at www.ccr.gov or by referring to DFARS Subpart 204.72. Offerors should submit verification of their firm?s registration in the CCR Database with their proposal. Questions concerning the subject notice are to be directed to Ms. Susan Little, Contract Specialist, Code EV4, at (610) 595-0804.
 
Place of Performance
Address: Various locations. The soil removal project which is the seed project to the 8(A) EMAC will be located at NSA Mechanicsburg, PA.
Country: USA
 
Record
SN00774935-W 20050325/050323213516 (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.