Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2008 FBO #2404
SOURCES SOUGHT

A -- SOURCES SOUGHT FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY (IDIQ), FIRM-FIXED-PRICE, OPERATIONS AND MAINTENANCE, AND LONG TERM MONITORING ENVIRONMENTAL CONTRACT - NTE $40M

Notice Date
6/24/2008
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Northwest, N44255 NAVFAC NORTHWEST 1101 Tautog Circle Silverdale, WA
 
ZIP Code
00000
 
Solicitation Number
N4425508R3019
 
Response Due
7/9/2008
 
Archive Date
7/24/2008
 
Point of Contact
JOEL DEARE360-396-0982JOEL.V.DEARE@NAVY.MIL
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY (IDIQ), FIRM-FIXED-PRICE, OPERATIONS AND MAINTENANCE, AND LONG TERM MONITORING ENVIRONMENTAL CONTRACT. This is a Sources Sought announcement; a market survey for written information only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. There is no bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. Naval Facilities Engineering Command Northwest (NAVFAC NW) is seeking U.S. Small Business Administration (SBA) small businesses, including certified 8(a), HUBZone, and/or Service Disabled Veteran-Owned Small Business (SDVOSB) firms with current relevant qualifications, experience, personnel, and capability to perform at various installations and facilities at locations serviced by NAVFAC Northwest. The sources sought is open to all small business nationwide. The work covered by this contract consists of: 1. Technical Work Description - Typical work for this contract will be to determine the effectiveness of remedial actions by measuring levels of chemicals and their impact on biota, comparing to remedial action objectives, and making recommendations regarding monitoring efforts to support meeting the remedial requirements. This contract covers providing services in the following areas: a)Inspection, assessment, monitoring, modeling, sampling, and analysis for Air, Aquatic, Benthic or Terrestrial Organisms, Groundwater, Natural attenuation in accordance with EPA and Navy guidance, Marine environment, Sediments, Soil Media, Surface water, Tanks, and Wastes; and comparing these results to the remedial action objectives that are generally outlined in either the RI/FS, ROD or separate decision document. The project will also typically include operation and maintenance of sites that have ongoing remedial operations (RAO) or long term monitoring (LTM) actions. Sites that require these actions may include capped landfills, groundwater treatment systems, phytoremediation, vegetative geogrids and other types of shoreline protection, soil vapor and extraction, bioventing, steam sparging, capped aquatic environments, infiltration barriers, leach basins, stormwater treatment systems, and free product recovery, and making recommendations regarding operation and maintenance efforts to support meeting the remedial requirements. This contract covers providing services in the following areas: The majority of the work under this contract will be conducted in Washington and Alaska. Work under this contract may also include any area within NAVFAC NW area of responsibility to include Alaska, Washington, Oregon, Idaho, Montana and Wyoming. The contractor will be responsible for knowledge of and experience with local, state, and federal environmental laws and regulations. The contractor must have experience with preparation and filing of reports acceptable to state and federal environmental regulatory agencies. 2. Personnel Requirements The contractor will be required to provide the following personnel for the contract. a)Program Manager b)Contract Administration Manager c)Senior Operations Manager d)Operations Managere)Lead Operatorf)Certified Industrial Hygienistg)Quality Control (QC) Managerh)Site Health and Safety Officer (SHSO). The solicitation will require the proposing firm to provide both education and experience for the above personnel as well as identify any other key personnel with their experience and education. The North American Industry Classification System (NAICS) Code is 562910, Environmental Remediation Services with a Small Business Size Standard of 500 employees. The planned contract will be for one base year with four one-year option periods. The value of the planned contract is not-to-exceed $40M over the life of the contract with no set restriction per year. Task orders will be issued as firm fixed price with a minimum value of $100 and a maximum value of $2 million. INTERESTED SOURCES ARE INVITED TO RESPOND TO THIS SOURCES SOUGHT ANNOUNCEMENT BY USING THE FORM PROVIDED UNDER THE SEPARATE FILE TITLED SOURCES SOUGHT LTM INFO FORM. Each firm shall complete the form and provide up to five projects that best demonstrate the companys experience relative to the types of work covered by this requirement using copies of the form provided. Projects should be representative of NAICS 562910, the description above, and be similar in size, scope, and complexity to this requirement. Contracts must have been performed or substantially performed within the last five years. Contracts with federal, state, or local Government, and/or commercial customers will be accepted. Submit a maximum of 5 projects describing the following: 1) Experience. Describe the government or commercial contracts/projects your firm has completed in the last 5 years showing your experience in the work as described above, in the range of $100 to $2,000,000 per project per year. For each of the contracts/projects submitted for experience, provide the title; location; whether prime or subcontractor work; contract or subcontract value; type of contract; contract completion date; customer point of contact including phone number; and a narrative description of the product/services provided by your firm. 2) If applicable to your firm, identify whether your firm is a SBA certified 8 (a); HUBZone or Service Disabled Veteran-Owned Small Business concern. For more information on the definition or requirements for these, refer to http://www.sba.gov/. Respondents will NOT be notified of the results of the evaluation. However, NAVFAC NW will use the information provided for technical and acquisition planning. If adequate responses are not received from 8(a), HUBZone or Service Disabled Veteran-Owned Small Business concerns, the acquisition may be solicited on an all small business basis. If adequate responses are not received from all small business, the acquisition may be solicited from full and open competition. All data received in response to this Source Sought Notice marked or designated, as corporate or proprietary information will be fully protected from release outside the government. Please respond to this announcement by 2:00 p.m. Pacific Daylight Time, 9 July 2008 by submitting an e-mail with an attached electronic copy of your response on the provided form to joel.v.deare@navy.mil. The subject line of the email shall state MYCOMPANY LTM SOURCES SOUGHT RESPONSE. Emails shall be no more than 1MB in size. If additional space is needed, more than one email may be sent. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the participants.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0de9905fa027cf8cfb72db2d6172a64d&tab=core&_cview=1)
 
Record
SN01599384-W 20080626/080624215051-c02ae331b0295b8e1ad31e67971b32da (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.