Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2007 FBO #2056
SOLICITATION NOTICE

Y -- TWO-PHASE ENVIRONMENTAL MULTIPLE AWARD CONTRACT FOR ENVIRONMENTAL PROTECTION AGENCY (EPA) REGION 4-FLORIDA ONLY

Notice Date
7/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, Southeast, Building 902 P. O. Box 30, Jacksonville, FL, 32212-0030, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N69450-07-R-0500
 
Response Due
9/10/2007
 
Archive Date
9/25/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The scope of work for task orders competed under these IDIQ contracts will primarily be for remedial action services at environmentally contaminated sites predominantly located at Navy and Marine Corps installations and other government agencies. These sites will consist of those ranked on the Superfund National Priority List (NPL) as well as non-NPL sites regulated under Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), Resource Conservation and Recovery Act (RCRA) and various state and federal Underground Storage Tanks (UST) regulations, as well as other sites which might require remedial action. The contaminants will include, but not be limited to, those identified and regulated under RCRA, CERCLA, Toxic Substances Control Act (TSCA), Solid Waste Disposal Act (SWDA), and petroleum oils and lubricants (POL), ordnance waste or unexploded ordnance. A relatively small number of sites may require remediation of radiological media. The contaminants will include, but not be limited to, those identified and regulated under RCRA, CERCLA, Toxic Substances Control Act (TSCA), Solid Waste Disposal Act (SWDA), and petroleum oils and lubricants (POL), ordnance waste or unexploded ordnance. A relatively small number of sites may require remediation of radiological media. The contaminants included are predominately solvents, POL, metals, acids, bases, reactive, non-explosive ordnance residues or compounds, polychlorinated biphenyls (PCBs), and pesticides. Contaminants may be present in soils, sediments, ground water, air, sludge, surface water, and man-made structures. Contaminated sites may be landfills, hazardous waste treatment storage and disposal facilities, tanks, lagoons, fire fighting training areas, or other facilities. The work will primarily include actions such as: 1) performing remedial actions 2) performing removal and demolition activities 3) performing expedited and emergency response actions at sites 4) performing pilot and treatability studies 5) providing facility operation, maintenance and instruction of designed remedial systems 6) performing other related activities associated with returning sites to safe and acceptable levels and 7) developing various remedial action work plans. The work will be performed in one distinct area identified by Environmental Protection Agency (EPA) Region 4-Florida Only. This procurement is being advertised on a small business set-aside basis. The NAICS Code for this procurement is 562910, Environmental Remedial Actions. The Small Business Size Standard is 500 employees. The Federal Supply Code is Y300, Construction/Restoration. Under FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with its own employees. The proposed solicitation will be formatted as a Request for Proposal (RFP) in accordance with requirements designated by sections of the FAR 15.203 and NFAS for a negotiated procurement. The Two-Phase RFP procedures will be utilized for this procurement in accordance with FAR 36.3. This method permits evaluation of proposals based on price competition, technical merit and other factors; permits impartial and comprehensive evaluation of offerors proposals; permits discussions if necessary; and ensures selection of the source whose performance provides the best value to the government. Offerors will be evaluated on the following technical factors: Factor A - Past Performance Factor B - Capability of Key Personnel/Corporate Experience Factor C - Management and Technical Approach/Schedule. Price will also be evaluated. The Total Evaluated Price and Technical Proposal are of approximately equal significance. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all offerors; to award the contract to other than the offeror submitting the lowest total price; and to award to the offeror submitting the proposal determined by the Government to be the most advantageous to the Government. THE SEED PROJECT WILL BE IDENTIFIED IN PHASE II. The solicitation will be issued on or about July 27, 2007 with a proposal due date on or about September 10, 2007. The entire solicitation, including plans and specifications, will be available for viewing and downloading at http://esol.navfac.navy.mil. Prospective offerors MUST register on the website. The official plan holders list will be maintained and can be printed from the web from the website. Amendments will be posted on the website for downloading. This will be the only method of distributing amendments; therefore, IT IS THE OFFERORS RESPONSIBILITY TO CHECK THE WEBSITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. Offerors MUST also be registered in the Contractors Central Registration (CCR) in order to participate in this procurement. The website for the CCR is http://www.bpn.gov. Technical inquiries must be submitted in writing 15 days before proposals are due to the address listed above to Attn: Shirley A. Berry, Code ACQ22 or email address shirley.berry@navy.mil. Phase I shall include the Phase I technical evaluation factors: 1) Past Performance and 2) Capability of Key Personnel/Corporate Experience. Phase II will require submission of technical and price proposals for the seed project, which will be evaluated separately. The contract will be for a term of five years consisting of a base year, with four one-year option periods. The total estimated aggregate value of this procurement for Environmental Protection Agency (EPA) Region 4-Florida only is between $55,000,000.00 and $60,000,000.00. Task orders will be fixed price and range in value from a minimum of $10,000.00 to a maximum of $10,000,000.00. Point of Contact is Shirley A. Berry, Supervisory Contract Specialist; Phone 843-820-5518; Email: Shirley A. Berry@navy.mil.
 
Place of Performance
Address: The work will be performed in one distinct area identified by the Environmental Protection Agency (EPA) Region 4-Florida Only.
Zip Code: 32506-6429
Country: UNITED STATES
 
Record
SN01340978-W 20070714/070712221810 (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.