Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2007 FBO #1882
SOLICITATION NOTICE

99 -- Regional Lead, Asbestos, TCLP, and PCB Sampling and Testing

Notice Date
1/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
541320 — Landscape Architectural Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Mid-Atlantic, Department of the Navy, Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland AV., Norfolk, VA, 23511, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N40085-06-R-1193
 
Archive Date
12/31/2008
 
Small Business Set-Aside
Total Small Business
 
Description
The Officer in Charge requires all labor, management, supervision, tools, materials, equipment, incidental engineering, and transportation necessary to collect samples and perform laboratory tests for Asbestos, Lead, Toxic Characteristic Leaching Procedure (TCLP), and Polychlorinated Biphenyls (PCBs), with safety as a priority and quality work as the final product. This work will be performed in the Hampton Roads, VA Region at various naval facilities, including the Norfolk Naval Ship Yard, Portsmouth, Little Creek Naval Amphibious Base, Norfolk; Sewells Point: Naval Station and Chambers Field, Norfolk; Oceana Site: Naval Air Station, Fleet Training Center Damn Neck, and Fentress Airfield, Virginia Beach; Peninsula Site: Naval Weapons Station, Yorktown, and Cheatham Annex, Williamsburg. Also included are various locations within a 50-mile radius of the above. The work identified is to be provided by means of an Indefinite Delivery / Indefinite Quantity type contract. This procurement will be handled using Source Selection procedures. Award will be made to the responsible offeror whose proposal, conforming to the Request for Proposal (RFP), will be the lowest price technically acceptable to the Government. Offers shall be submitted for the performance of work for a period of one year. However, the initial term of the contract may be for a period of less than one year. The Government has the option to extend the term of the contract for additional periods of one to twelve months. The total contract term including the exercise of any options, shall not exceed 120 months. The proposed procurement will be issued as a NAVFAC Facilities Support Contract with online ordering using DOD EMALL. Acceptance of Government Purchase Credit Cards is required along with the purchase of DOD EMALL Encrypted software. The North American Industry Classification System (NAICS) is 541380, the size standard is $6,500,000. The proposed procurement listed herein is 100% set-aside for Small Business contractors. The RFP will be available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the electronic solicitation (E-Sol) website on or about February 1, 2007. Estimated proposal due date shall be at least 30 days after the RFP is posted on the E-Sol website. The site address is http://esol.navfac.navy.mil. Notifications of any updates or amendments to the solicitation will be posted on the website only. Contractors are encouraged to register for the solicitation when downloading from the NAVFAC E-Sol website. Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to register in the Central Contractor Registration (CCR) database. Failure to register in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov.
 
Record
SN01215654-W 20070121/070119225905 (fbodaily.com)
 
Source
FedBizOpps 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.