Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 25, 2007 FBO #2159
SOLICITATION NOTICE

B -- DRAFT 80% SOLICITATION A-76 PUBLIC PRIVATE COMPETITION, ENVIRONMENTAL SERVICES PERFORMED AT NAVFAC MID-ATLANTIC, HAMPTON ROADS, VIRGINIA

Notice Date
5/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, South, 2155 Eagle Drive, North Charleston, SC, 29406, UNITED STATES
 
ZIP Code
29406
 
Solicitation Number
N69450-07-R-0563
 
Response Due
6/12/2007
 
Point of Contact
Agnes Copeland, Contracting Officer, Phone 843-820-5750, Fax 843-820-5819, - Deborah Taylor, Contract Specialist, Phone 843-820-5780, Fax 843-820-5853
 
E-Mail Address
agnes.p.copeland@navy.mil, debby.taylor@navy.mil
 
Description
A-76 Public Private Competition posting of draft 80% solicitation with separate posting of Sections C and J at http://esol.navfac.navy.mil. This is a Pre-Solicitation Notice is for an OMB Circular A-76 (Revised May 2003) Public-Private Competition, using the standard competition process, to provide Environmental Services at the NAVFAC Mid-Atlantic, Hampton Roads, VA. The functional areas for Environmental comprised of the following: Management of Hazardous and Regulated Waste(Tracking, Pick-up, Packaging, Marking, Labeling, Transport, Storage, and Disposal);Management of Part B Permitted Facilities; Hazardous Spill Response; Oily Wastewater (Biological) and Industrial Wastewater (Chemical) Plant Operations; Environmental Laboratory Sampling and Testing of all Media; Oil Spill Response and Recovery of Oil from the Water; Placement and Maintenance of Booms; Boat Maintenance and Repairs including Marine Engines; Collection, Transport, and Disposal of Used Oil and Industrial Wastewater; Asbestos Abatement or Removal; Insulation Services; Interior and Exterior Pest and Vegetation Control; Pesticide and/or Herbicide Application, and Facility Inspections. There are approximately 94 positions affected by this competition. If the cost comparison results in contract performance, the contract performance period will include a Phase-In period of six (6) months), a six (6) month 1st performance period, and four (4) twelve (12) month option years for a total performance period of five (5) years. A performance-based firm fixed price type contract is anticipated. PARTICIPATION IN THIS ACQUISITION IS UNRESTRICTED. The intent is to select a prospective provider (private or public) whose offer or tender conforms to the solicitation requirements and is based on the lowest price technically acceptable (LPTA) offer as defined in FAR 15.101-2 and the OMB Circular, A76 (Revised May 2003). A contract will not be awarded unless the LPTA Offer is less than the Government s proposal, considering; 1) the minimum cost differential requirement and 2) no competitive advantage is gained by the contractor s share contribution to its employer-sponsored health insurance plan or benefits. The minimum cost differential is the lesser of; (1) ten percent (10%) of the personnel costs in the IHCE or (2) $10,000,000 over the entire performance period. Government personnel adversely affected by conversion of Government performed services to contract have Right of First Refusal for jobs for which they are qualified. In accordance with FAR 15.1, the Competitive Sourcing Acquisition Center of Excellence (CSACOE) Charleston, SC will be using Low Price Technically Acceptable Approach source selection process for this acquisition. Please refer to sections L & M of the RFP once solicitation is issued for details regarding the evaluation criteria and submission requirements. All potential Offerors are reminded, in accordance with FAR 52.204-7, CENTRAL CONTRACTOR REGISTRATION (OCT 2003) and DFARS 252.204-7004, ALTERNATE A (NOV 2003), lack of registration in the CCR database will make an Offeror ineligible for award. The North America Industry Classification System (NAICS) code for this acquisition is 562211, Hazardous Waste Treatment and Disposal, with a size standard of $11,500,000. In accordance with FAR 5.102 availability of the solicitation will be limited to the electronic medium; solicitation will be available for download via the NAVFAC website at http://esol.navfac.navy.mil. The official plan holders list will be maintained on and can be printed from the website. All prospective Offerors and plan rooms are encouraged to register as plan holders on the website. Plan holders lists will only be available from the website. Registering Offerors and plan rooms must provide a complete name, complete mailing address and area code and phone number, Offeror type (prime contractor, sub contractor, supplier or plan room), email address and size (large business, small business, small disadvantaged business, woman owned small business or other). Notification of any changes (amendments) to the solicitation will be made only on the Internet. It will be the contractor's responsibility to check the website for any posted changes. A pre-proposal conference will be held within 30 days of issuance of the final RFP. Additional details regarding the Pre-proposal conference will be provided at that time. Send questions and comments to Agnes P. Copeland via fax at (843) 820-5819 or e-mail agnes.p.copeland@navy.mil,no later than 4:00 P.M. EDST, 12 June 2007. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-MAY-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 23-OCT-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVFAC/N62467/N69450-07-R-0563/listing.html)
 
Place of Performance
Address: Hampton Roads, Virginia
Zip Code: 23508-1278
Country: UNITED STATES
 
Record
SN01439756-F 20071025/071023234659 (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.