Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2005 FBO #1236
SOLICITATION NOTICE

F -- REMEDIAL ACTION CONTRACT (RAC IV) FOR ENVIRONMENTAL REMEDIATION SERVICES IN AK, AZ, CA, NV, NM, OR, UT, WA, AND OTHER DOD SITES NATIONWIDE

Notice Date
4/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NFEC, Southwest Division, Environmental Business Line (EBL), Attn: AQE 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N68711-05-R-6401
 
Response Due
6/2/2005
 
Point of Contact
Beatrice Appling, Contract Specialist, Phone 619-532-0773, Fax 619-532-0771, - karen rooney, contract specialist, Phone 6195320777, Fax 6195320771,
 
E-Mail Address
beatrice.appling@navy.mil, rooneykl@efdsw.navfac.navy.mil
 
Description
The Naval Facilities Engineering Command (NFEC), Southwest (SW), San Diego, California, is preparing to release a Request for Proposal (RFP) for Remedial Action Contract (RAC IV) for Environmental Remediation Services at various Department of Defense (DoD) sites in Alaska, Arizona, California, Nevada, New Mexico, Oregon, Utah, Washington, and other DoD sites nationwide as deemed necessary to meet workload requirements. The resulting Contract will be a Cost Plus Award Fee (CPAF), Indefinite Delivery/Indefinite Quantity (IDIQ) type contract with a ceiling of $100,000,000. This procurement is unrestricted for competition amongst all interested firms. The North American Industrial Classification System (NAICS) Code applicable to this requirement is 562910, Environmental Remediation Service. Typical tasks that may be performed under the resulting contract 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. Some sites may require remediation of radiological or ordnance waste. Additional work may include: 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). Formal source selection procedures will be followed as prescribed by Federal Acquisition Regulation (FAR) Part 15 and FAR Supplement as applicable. A contract will be awarded to the responsible firm whose proposal, conforms to the solicitation, and is determined the "Best Value" to the Government based on cost and non—cost factors. The resulting contract 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 included in the resulting contract. The Government intends to award one contract with the proposed Task Order 0001. 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. The minimum guarantee of $200,000 applies to the five-year term of the contract. The aggregate value of delivery orders issued under the contract will not exceed $100,000,000. Proposals will be evaluated based on the following evaluation factors: Factor 1 - Past Performance, Factor 2 – Commitment to Socio-Economic Programs, Factor 3 - Specialized Experience, Factor 4 – Contract Management and Approach, Factor 5 – Financial Management Systems, and Factor 6 - Technical Approach (Proposed Task Order 0001). All technical evaluation factors other than cost or price when combined are significantly more important than Factor 7 – Cost/Price. While cost/price to the Government is a consideration, it will not be the overriding basis for contract award. The proposed cost/price, and other non-price factors will be evaluated to determine the most advantageous proposal to the Government. Therefore, the Government reserves the right to award to other than the lowest cost/price proposal. A pre-proposal site visit for the Proposed Task Order 0001 project will be held at the Hunters Point Shipyard (HPS), San Francisco, CA. The site visit has been scheduled for 12 May 2005 at 9:00 a.m. All firms interested in attending the site visit must submit the following information by email to Beatrice.appling@navy.mil no later than 5 May 2005: Full name of individual(s) attending, position/title, company name, citizenship, email address, phone and fax numbers. All participants will meet in the parking lot of restaurant Dago Mary’s at 9:00 a.m. on 12 May 2005. Dago Mary’s is located adjacent to the HPS main gate. For directions to the restaurant, call 415-822-2633. 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 N68711-05-R-6401. 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 amendments 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 2 May 2005. The closing date set for receipt of proposals is 2 June 2005, 1:00 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. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-APR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N68711A6A/N68711-05-R-6401/listing.html)
 
Record
SN00787342-F 20050415/050413213653 (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.