Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2007 FBO #1984
SOLICITATION NOTICE

R -- General Environmental Services

Notice Date
5/1/2007
 
Notice Type
Solicitation Notice
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, 1314 Harwood Street Washington Navy Yard, Washington, DC, 20374-5018, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N40080-07-R-0492
 
Response Due
6/14/2007
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
The estimated value of this acquisition for the base period with all options is $5,000,000.00. The North American Classification System (NAICS) Code for this procurement is 541620, Size Standard $6.5M. This procurement is a Service Disabled Veteran Owned Set-Aside. All other firms are deemed ineligible to submit offers. The procurement will be conducted using source selection procedures and the award will be based on the best value to the government considering non-priced factors, which are cited in the solicitation. Non-Priced factors may include relevant experience, quality control and past performance. NAVFAC Washington requires a contract for storage tank testing leak detection and inspection. Design and construction of petroleum facilities, installation and removal of tanks, piping system upgrades and other repairs and maintenance. Prepare plans and specifications, drawings and required documents related to fueling operations. Perform air emissions inventory, repairs and maintenance of air handling equipment to bring into Clean Air Act (CAA) compliance, prepare CAA permits, and perform other CAA compliance related requirements. Conduct Environmental Management System (EMS) surevey, gap analyses, audits, develop manual and repots. Ability to develop and manage databases for environmental applications. Conduct lead and asbestos abatement, sampling, and inspection. Design and construct water and wastewater treatment facilities, storm water sampling, and develop storm water related plans. Provide environmental training. This contract provides for the award of individual orders, defined as ?Task Orders? for the accomplishment of various projects for the Naval Facilities Engineering Command activities. Place of Performance shall be designated on each Task Order. The majority of work is anticipated to be performed at facilities located in the Virginia, Maryland and District of Columbia areas. The following location provides a listing of NAVFAC Washington activities and locations where the work will be performed: Naval District Washington, Washington DC; Marine Corps Base, Quantico Virginia; Naval Surface Warfare Center, Dahlgren Virginia; Naval Surface Warfare Center, Indian Head Maryland; United States Naval Academy, Annapolis Maryland; Naval Air Station, Patuxent River Maryland. This is not a complete list and is provided to give an indication of the wide range of locations covered under this contract. This acquisition will evaluate offerors considering Past Performance and Technical factors as stated in the solicitation. The detailed description of this criteria and submission requirements will be included in the solicitation. Offerors are advised that the combined Technical Factors are considered equal in importance to Past Performance in the selection of the Best Value offerors. Each offeror will receive an evaluation rating for their response to the solicitation. Offerors proposing as a joint venture shall ensure that complete information required for evaluation is provided for both entities in the partnership. As Per the Debt Collections Improvement Act of 1996, The Defense federal Acquisition Regulation Supplement (DFARS) has been amended to require all contractors to register in the Department of Defense (DoD) Central Contractor Registration (CCR) database. Be advised that failure to register in the CCR makes an offeror ineligible for award of DoD Contracts. Information regarding this registration may be obtained by accessing the website at www.ccr.dlis.dla.mil/ccr/scripts.index.html or by referring to DFARS Subpart 204.73 at www.acq.osd.mil/dpap/dars/dfars/index.htm. In accordance with FAR 5.102(a)(7), the solicitation will only be available by electronic medium. Plans and Specifications will NOT be directly provided in a paper hard copy format or by CD ROM. The solicitation may be downloaded from the NAVFAC Electronic Solicitation Internet (ESOL) Website at http://esol.navfac.navy.mil. All Prospective offerors should register on the NAVFAC ESOL Internet Website and download all pertinent documents from that sight. Registration and downloading from ESOL is free of charge. First create an account if you have not already. Do a search using the solicitation number and register for the desired solicitation. Once registered, when the Request for Proposals package becomes available you will receive an e-mail notifying you that the solicitation files are available. An official Planholders list will be maintained on-line and can be printed from the web site. Planholders lists will not be faxed and will only be available from the web site. 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 site daily for any posted changes to the solicitations plans and specifications. Responses to the solicitation shall be submitted in an original and three copies and are due at the office of NAVFAC Washington, 1314 Harwood Street, SE, Building 212, Washington Navy Yard, DC 20374 (Attn: Denise Wilson). Submission must be delivered to the mailroom on the first floor, date stamped by 2:00 PM on 14 June 2007. It is anticipated that award of a contract will occur August 2007.
 
Place of Performance
Address: NAVAL FACILITIES ENGINEERING COMMAND WASHINGTON, 1314 HARWOOD STREET, WASHINGTON, DC
Zip Code: 20374
Country: UNITED STATES
 
Record
SN01285085-W 20070503/070501233554 (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.