Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2009 FBO #2857
SOLICITATION NOTICE

F -- PERFORMANCE BASED ENVIRONMENTAL MULTIPLE AWARD CONTRACT (PERMAC II) FOR ENVIRONMENTAL REMEDIATION SERVICES

Notice Date
9/18/2009
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
N62473 NAVFAC SOUTHWEST, ENVIRONMENTAL CONTRACTS CORE CODE RAQE0 1220 Pacific Highway San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N6247309R2623
 
Response Due
11/12/2009
 
Archive Date
12/31/2009
 
Point of Contact
DAWN EVANS 619-532-2883 BEA APPLING, CONTRACTING OFFICER, 619-532-1620
 
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 Performance Based Environmental Multiple Award Contract (PERMAC II) for Environmental Remediation Services on Navy and Marine Corp Installations and other DoD installations at various locations in NAVFAC SW area of responsibility. The work may be performed in Alaska, Arizona, California, Colorado, Nevada, New Mexico, Oregon, Utah, and Washington. The area of coverage may also extend to the NAVFAC Atlantic area of responsibility as approved by the Contracting Officer. Resulting Contracts will be fixed price, Indefinite Delivery/Indefinite Quantity (IDIQ), Performance Based Environment Multiple Award Contracts (PERMAC II). This procurement is unrestricted for competition amongst all interested firms. The North American Industrial Classification System (NAICS) Code applicable to this requirement is 562910, Environmental Remediation Service. The contract(s) will be awarded for a base period of one year with four one year options periods. The minimum guarantee for each contract is $5,000. The minimum guarantee applies to the five-year term of the contract. The aggregate value of task orders issued under the resulting contract(s) shall not exceed $500,000,000. The Government intends to award without discussions and firms are encouraged to submit their best proposal. The objective of this procurement is to obtain services for environmental remediation of various contaminants at environmentally contaminated sites. The services to be acquired will be for performance of environmental remediation services and include but are not limited to: Design work such as CERCLA and RCRA remedial investigations, surveys, preparation of work documents and reports in support of Navy environmental programs to include but is not limited to work plans, sampling and analysis plans, health and safety plans, decision documents, community relations documents, conceptual design, consultations, and value engineering. Remediation services may include but are not limited to: remedial actions; removal actions; remedial design; expedited and emergency response actions; pilot and treatability studies; remedial actions, systems operation and maintenance; and other related activities associated with returning sites to safe and acceptable levels of contamination, to achieve appropriate decontamination and decommissioning requirements. This PERMAC II incorporates performance-based objectives to accomplish desired environmental cleanup. FAR Part 15 is applicable to this acquisition. Contracts will be awarded based on "Best Value" to the Government, price and other factors considered. The Government intends to award a minimum of 3 and a maximum of 5 contracts. Fair opportunity will be provided for all resulting task orders in accordance with FAR 16.505(b). Proposals will be evaluated based on the following evaluation factors: Factor 1 - Past Performance/Safety, Factor 2 - Specialized Experience, Factor 3 - Contract Management, Factor 4 - Technical Approach (Proposed Task Order 0001), Factor 5 - Commitment to Socio-Economic Programs, and Factor 6 - Price for PTO 0001. The seed project for this PERMAC II requires the preparation of a Soil Hotspot Characterization Work Plan and Technical Memorandum for Parcel E2, Hunters Point Shipyard, San Francisco, California. A pre-proposal site visit and meeting will be held on 21 Oct 2009 at 10:00 AM at Hunters Point Shipyard in San Francisco, CA. Firms shall meet at Building 606, Hunters Point Shipyard, San Francisco, California. Directions to the site visit will be posted on NECO/FedBizopps website. All firms interested in attending the site visit must submit the Company Name, attendees Legal Name, email address, and phone number to Dawn Evans by email or fax at Dawn.i.evans@navy.mil or Bea Appling at Beatrice.appling@navy.mil no later than 14 Oct 2009 or Fax to (619) 532-1155. In order to drive aboard Hunters Point Shipyard, 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-proposal site visit/meeting or responding the solicitation will not be compensated. Directions to the site visit will be posted on NECO/FedBizopps website. 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.fbo.gov under solicitation N62473-09-R-2623. There will be no paper copies of this solicitation issued. Amendments will be posted on NECO and FedBizops web sites for downloading. This will be the only method of distribution; therefore, it is the firm's responsibility to check the web site periodically for any amendment to this solicitation. Offeror(s) must be registered in the Contractor's Central Registration (CCR) http://www.ccr.gov in order to participate in this procurement. The solicitation issue date is on or about 7 Oct 2009. The closing date set for receipt of proposals is 12 Nov 2009, 2:00 PM local time. The primary POC for this solicitation is Dawn Evans at 619-532-2883 or Dawn.i.evans@navy.mil and the Contracting Officer is Bea Appling at 619-532-1620 or Beatrice.appling@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A6A/N6247309R2623/listing.html)
 
Record
SN01961434-W 20090920/090919001043-82e3310dc5a3844c22ee3a2dde727ba2 (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.