Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2007 FBO #1915
MODIFICATION

Z -- REMEDIAL ACTION CONTRACT

Notice Date
2/21/2007
 
Notice Type
Modification
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Atlantic, Department of the Navy, Naval Facilities Engineering Command, Atlantic, Code AQ 6506 Hampton Blvd, Building A, Norfolk, VA, 23508-1278, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N62470-07-R-0505
 
Response Due
3/9/2007
 
Archive Date
3/24/2007
 
Point of Contact
Pamela Argilan, Contract Specialist, Phone 757-322-8261, Fax 757-322-4068, - Roger Marce, Contract Specialist, Phone 757-322-4134, Fax 757 322-4166,
 
E-Mail Address
pamela.argilan@navy.mil, MarceRR@efdlant.navfac.navy.mil
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSAL AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. It is a market research tool being used to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and issuance of a Request for Proposal including the use of any appropriate small business programs. The intent of this sources sought synopsis is to identify potential qualified 8(a) small business concerns, Historically Underutilized Business Zone (HUBZone) small business concerns, Service Disabled Veteran Owned Small Business small business concerns, and Small Businesses for a cost-plus award fee remedial action contract for areas under the cognizance of the Naval Facilities Engineering Command, Atlantic which include Continental United States (CONUS) and overseas including the Caribbean, Europe, the Middle East and Southeast Asia but may be used worldwide. After review of the responses submitted, a solicitation announcement will be published in the Federal Business Opportunities if the Government intends to continue with the procurement. The general scope of work is to provide remediation of contaminants which includes predominately solvents, metals, acids, bases, reactives, polychlorinated biphenyls (PCB), pesticides, explosive contaminated media, low-level radiological materials and petroleum, oils, and lubricants (POL). These contaminants may be present in soils, sediments, groundwater, air, sludge, surface water, or man-made structures. The contaminated sites may be landfills, hazardous waste treatment storage and disposal facilities, tanks, lagoons, fire fighting training areas or other facilities. The workload may require the contractor to be a various sites worldwide with projects of significantly varying types and magnitude. The Government intends to solicit and award a Cost Plus Award Fee (CPAF), indefinite quantity type contract with estimated ceiling of $250 million in order to perform this work. The contract term will be a base year and four one year options periods valued at estimated $50 million for each period. The NAICS code is 562910, Environmental Remediation Services. The small business size standard is 500 employees. The workload is expected to be at multiple sites worldwide. Projects may be of significantly varying types and magnitude. The work may require capability to perform large scale multiple projects simultaneously, and ability to mobilize for significant and unexpected surge requirements on short notice. The workload is subject to uncertainty and workload fluctuations may be significant and unexpected throughout the period of the contract. Firms must have an accounting system that can adequately estimate and track cost. Approval by Defense Contract Audit Agency (DCAA) for performance of government cost type contracts is recommended. The Government will evaluate sources capabilities based on the following from responding firms: (1) Specialized experience of the firm and/or proposed team that has been completed within the past 3 to 5 years in performing environmental remediation services and experience with new and innovative remediation technologies. (2) Professional qualifications and capabilities of the staff to be assigned to the resulting contract: include experience within the past 3 to 5 years in performing remedial actions, quality assurance, health and safety, and contract administration of multiple task orders under an indefinite delivery, cost reimbursement type contract; (3) Corporate capacity and financial/management systems. Describe your financial system that will be utilized under the resulting contract for estimating and tracking costs under the cost reimbursement contract. (4) If your intent is to form a team arrangement for this procurement, provide a discussion on the teaming relationship. If the team members are already identified you should provide the name of all teaming partners, the anticipated type of teaming arrangements, address the specific services each member will provide and include applicable experience for each member. For other than bundled requirements you may be able to joint venture with one or more small businesses and not be considered affiliated as long as each member of the joint venture is small under the applicable NAICS code (13 CFR 121.103(h)(3)). The limitation on subcontracting would apply to the cooperative effort of the joint venture not each individual member (13 CFR 125.6(i)). It is requested that interested firms submit to the contracting office a brief capabilities statement (no longer than 20 pages in length) demonstrating their ability to meet and execute the requirements as set forth above. SUBMISSION REQUIREMENTS: Firms submitting responses shall present their information in a matrix format showing contracts they have performed. The matrix shall show the 10 most recent projects which demonstration an ability to meet the qualification criteria listed above. Provide the contract number, contract type (i.e. fixed price, indefinite quantity, cost reimbursement, etc.), project value, contract value and point of contact with phone number. Indicate whether the work was performed as a prime or subcontractor as well as what percentage of work your firm performed. List key personnel that participated in the projects and their responsibilities. Provide your ability to meet the qualifications described above relative to your firm/team. Provide your business size status relative to the NAICS code 562910. Packages are due March 9, 2007. Mailed packages shall be addressed to: Naval Facilities Engineering Command, Atlantic 6506 Hampton Blvd. LRA, Bldg. A ? ATTN: ACQ3PJA(P. Argilan) Norfolk, Virginia 23508-1278 This market survey is for informational and planning purposes only and does not constitute a solicitation for bid or proposals, and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. The Government will not provide a ?debrief? on the results of the survey. All information submitted will be held in a confidential manner and will only be used for the purposed intended. Points of contact listed may be contacted for purposed of verifying performance. POINT OF CONTACT: Pamela Argilan, Contract Specialist/Contracting Officer Phone 757-322-8261, Email Pamela.argilan@navy.mil.
 
Place of Performance
Address: 6506 Hampton Blvd, Norfolk, VA
Zip Code: 23508
Country: UNITED STATES
 
Record
SN01236073-W 20070223/070221221054 (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.