Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2008 FBO #2321
SOLICITATION NOTICE

F -- 8(A) Environmental Remediation Services Multiple Award ID/IQ for Navy and Marine Corps Installations within NAVFAC SW Responsibility

Notice Date
4/2/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
N62473 NAVFAC SOUTHWEST, ENVIRONMENTAL CONTRACTS CORE CODE RAQE0 1220 Pacific Highway San Diego, CA
 
ZIP Code
92132
 
Solicitation Number
N6247308R8817
 
Response Due
5/20/2008
 
Archive Date
11/20/2008
 
Point of Contact
Beatrice Appling 619-532-1620 Laura Presberry 619-532-4042laura.presberry@navy.mil
 
Small Business Set-Aside
N/A
 
Description
Naval Facilities Engineering Command (NAVFAC), Southwest, San Diego, California, is preparing to release a Request for Proposal (RFP) for Environmental Remediation Services at various locations in Arizona, California Nevada, New Mexico and other installations under the responsibility of NAVFAC. Resulting Contract’s will be fixed price, Indefinite Delivery/Indefinite Quantity (IDIQ), Environment Multiple Award Contract’s (EMAC). This procurement is reserved for competition in the Section 8(a) program pursuant to the Small Business Act. Firms must be registered in the Contractor’s Central Registration (CCR) and must have North American Industrial Classification System (NAICS) code 562910, Environmental Remediation Services among their approved codes. The intent is to award firm-fixed price multiple award contracts to at least three firms, but no more than five. The resulting contracts will be awarded for a base period of one year with four one-year option periods. The minimum guarantee for each contract is $5,000. The aggregate value of task orders issued under the resulting contracts shall not exceed $50,000,000. The Government intends to award without discussions; therefore, offerors should submit proposals that contain their best terms. The services to be acquired will be to perform environmental remedial actions; removal actions; remedial design; expedited and emergency response actions; pilot and treatability studies; remedial action systems operation and maintenance; and other related activities associated with returning sites to safe and acceptable levels of contamination. The contaminants will include, but are not 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). It is anticipated that most of the work resulting from this solicitation will be performed in California. Formal source selection procedures will be followed as prescribed by Federal Acquisition Regulation (FAR) Part 15 and FAR Supplement as applicable. Contracts will be awarded to the responsible qualified 8(a) firm(s) whose proposals, conforming to the solicitation, offer the "Best Value" to the Government, price and other factors considered. The contracts will be awarded for a base period of one year with four one-year option periods. FAR Clause 52.217-8 Option to Extend Services will be incorporated into the resulting contracts. The Government intends to award one contract with the proposed Task Order 0001 and to award the remaining contracts with the minimum guarantee of $5,000.00 each. The Government reserves the right not to award the Proposed Task Order 0001 identified in the solicitation or to award it at a later date after award of the basic contract(s). The minimum guarantee applies to the five-year term of the contract(s). The aggregate value of task orders is! sued under the contract(s) will not exceed $50,000,000. Fair opportunity will be provided for all resulting task orders in accordance with FAR 16.505(b). The Proposed Task Order 0001 (PTO 0001) project is for ground water monitoring, temporary well installation, sampling and analysis, and well abandonment at the Marine Corps Base Camp Pendleton, California. A pre-proposal site visit and meeting will be held on May 1, 2008 at 10:00 AM. Firms shall meet at the Bowling Alley. Further instructions, map, and address will be provided at a later date. All firms interested in attending the site visit must submit the Company Name, attendees Legal Name, email address, and phone number to Bea Appling by email or fax at Beatrice.appling@navy.mil no later than April 24, 2008 or Fax to (619) 532-1155. In order to drive aboard Camp Pendleton, the driver of each vehicle will be required to provide a valid drivers license, current automobile registration and current proof of insurance. Due to space limitations, participation is limited to three (3) representatives from each firm. Costs associated with participating in the pre-proposa! l site visit/meeting or responding the solicitation will not be compensated. Proposals will be evaluated based on the following evaluation factors: Factor 1 - Past Performance, Factor 2 - Specialized Experience, Factor 3 – Safety, Factor 4 – Contract Management, Factor 5 - Technical Approach (Proposed Task Order 0001), and Factor 6 – Price for PTO 0001. Factors 1, 2, 3, 4, and 5 are of equal importance to each other. Factor 6 - Price (Price of the proposed Task Order 0001) is slightly less important than any one of the other factors. When the proposal is evaluated as a whole, Factors 1, 2, 3, 4 and 5 when combined are significantly more important than Factor 6. The importance of price will increase if offerors are considered essentially equal in terms of technical capability or if price is so significantly high as to diminish the value of the proposal's technical superiority to the government. Proposals shall be submitted in accordance with Sections L, and M of the solicitation. The solicitation will be available by electronic media only and can be downloaded free of charge via the Internet World Wide Web at http://neco.navy.mil or http://www.eps.gov under pre-solicitation notice N62473-08-R-8817. There will be no paper copies of this solicitation issued. Amendments will be posted on NECO web site for downloading. This will be the only method of distribution; therefore, it is the offeror(s) responsibility to check the web site periodically for any amendment to this solicitation. The solicitation issue date is on or about 17 April 2008. The closing date set for receipt of proposals is 20 May 2008, 2:00 PM local time. The primary POC for this solicitation is Bea Appling at 619-532-1620 and the alternate is Laura Presberry at 619-532-4042 or laura.presberry@navy.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-APR-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A6A/N6247308R8817/listing.html)
 
Record
SN01546117-F 20080404/080403042505 (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.