Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2009 FBO #2861
MODIFICATION

F -- Fixed Price Remedial Action Contract (FRAC) for Various Sites in the Naval Facilities Engineering Command Pacific (NAVFAC PACIFIC) Area of Responsibility (AOR)

Notice Date
9/22/2009
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive Suite 100 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N6274209R1961
 
Response Due
11/9/2009
 
Archive Date
11/24/2009
 
Point of Contact
Norine E. Horikawa (808) 471-3765
 
Small Business Set-Aside
Total Small Business
 
Description
22 Sept 2009 - This modification to the subject synopsis is effected to add information about a one-time site visit that is scheduled for October 09, 2009 at 9:00 a.m. HST. Please see Notice No. 1 attached. ******************************************************** This solicitation is being advertised as a competitive 100% set-aside for Small Business Request for Proposal (RFP) inviting all qualified Small Business firms to submit technical and price proposals. This procurement consists of one solicitation with the intent to award multiple Indefinite Delivery/Indefinite Quantity (IDIQ) Fixed Price Remedial Action Contracts. The Government intends to award multiple awards and reserves the right to award only one contract if only one proposal is evaluated to offer the best value to the Government. The Government intends to award a minimum of two IDIQ contracts. The NAICS Code is 562910 and the corresponding size standard is 500 employees. The anticipated scope of work may include, but is not limited to remediation services predominantly located at Navy and Marine Corps installations under the cognizance of the NAVFAC Pacific's AOR that includes but is not limited to: Hawaii, Guam, Japan, Okinawa, Johnston Atoll, Diego Garcia, and other areas in the Pacific and Indian Oceans. The services may include, but are not limited to the following: performing remedial actions; performing removal actions; excavation of soil from various sites; hauling and disposal of contaminated soil; closure and/or replacement of underground storage tanks or above ground storage tanks; performing other related activities, including long-term management and; preparing appropriate documentation of planned and completed actions. The Government intends to issue the RFP on or about October 01, 2009 and intends to hold a one-time site visit approximately 1 week thereafter. Please check this website for additional information on the site visit that will be issued as a Notice. The basis of award is to the Offeror whose proposals, conforming to the RFP, provides the best value to the Government, considering both price and technical factors. The technical evaluation factors are anticipated to be: FACTOR A: Past Performance; FACTOR B: Experience and Qualifications; FACTOR C: Management Plan. Price proposals will consist of a lump sum pricing structure. When combined, the technical evaluation factors will be considered significantly more important than price. The contract performance period will consist of a base period of 12 months and four option periods of 12 months each. The total aggregate value for all contracts inclusive of options will not exceed $30,000,000 or 60 months, whichever occurs sooner. It is anticipated that the minimum and maximum order limitation will be established at $50,000 and $1,500,000, respectively. A minimum guarantee of $10,000 will be awarded on each contract for the base period only. Pricing of a sample project is required for the price proposal. The entire RFP will be available through the Navy Electronic Commerce Online (NECO) website at https://neco.navy.mil or the Federal Business Opportunities (FBO) website at https://www.fbo.gov. Hard copies of the RFP will not be issued. Contractors are encouraged to register with FBO to obtain notification of important information about the RFP. Registration instructions can be found on the FBO website. Amendments will normally be posted to the web site http://www.neco.navy.mil. It is highly recommended that firms register on the NECO and FBO websites as planholders as this will be the only planholder's list available. It is the Offeror's responsibility to check the NECO and FBO websites periodically for any amendments or notices to the RFP.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274209R1961/listing.html)
 
Record
SN01966490-W 20090924/090923003536-4b95bb64afc081fc734a55794af01685 (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.