Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2011 FBO #3487
SOLICITATION NOTICE

99 -- Environmental Multiple Award Contract for Region 4, excluding the States of Florida, Kentucky, North Carolina and Tennessee and Region 6, excluding the states of New Mexico, Oklahoma and Arkansas

Notice Date
6/10/2011
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
N69450 NAVFAC SOUTHEAST, PANAMA CITY 101 Vernon Ave, Bldg 126 NSA Panama City Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6945011R0452
 
Response Due
7/29/2011
 
Archive Date
8/13/2011
 
Point of Contact
Donna Ruzicka 904-542-6918 Jacquelyn Jackson
 
Small Business Set-Aside
Total Small Business
 
Description
This procurement is being advertised as a competitive effort under one solicitation resulting in the award of up to five (5) Firm-Fixed Price (FFP) contracts with provisions for ordering Indefinite Delivery Indefinite Quantity (IDIQ) work. The solicitation will be issued as a 100% Small Business set-aside. The Solicitation Number for this announcement is N69450-11-R-0452. The scope of work for task orders competed under these IDIQ contracts will primarily be for remedial action services at environmentally contaminated sites predominantly located at Navy and Marine Corps installations and other government agencies. These sites will consist of those ranked on the Superfund National Priority List (NPL) as well as Non-NPL sites regulated under the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), Resource Conservation and Recovery Act (RCRA), and various state and federal Underground Storage Tanks (UST) regulations, as well as other sites which might require remedial action. 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), ordnance waste and or unexploded ordnance. A relatively small number of sites may require remediation of radiological media. The contaminants included are predominately solvents, POL, metals, acids, bases, reactive, non-explosive ordnance residues or compounds, polychlorinated biphenyls (PCBs), and pesticides. Contaminants may be present in soils, sediments, ground water, air, sludge, surface water, and man-made structures. Contaminated sites may be landfills, hazardous waste treatment storage and disposal facilities, tanks, lagoons, fire fighting training areas, or other facilities. The work will primarily include actions such as: 1) performing remedial actions, 2) performing removal and demolition activities, 3) performing expedited and emergency response actions at sites, 4) performing pilot and treatability studies, 5) providing facility operation, maintenance and instruction of designed remedial systems, 6) performing other related activities associated with returning sites to safe and acceptable levels, and 7) developing various remedial action work plans. The work will be performed in one distinct area identified by Environmental Protection Agency (EPA) Region 4, excluding the States of Florida, Kentucky, North Carolina and Tennessee and Region 6, excluding the states of New Mexico, Oklahoma and Arkansas. However the Navy reserves the right to require service coverage in any NAVFAC AOR in CONUS and or OCONUS. The NAICS Code for this procurement is 562910, Remediation Services. The Small Business Size Standard is 500 employees. The Federal Supply Code is F108, Hazardous Removal/Clean-up/Disposal Operations. Under FAR guidelines, the prime contractor must have the capability to perform at least 50 percent of the contract work with its own employees. The proposed solicitation will be formatted as a Request for Proposal (RFP) in accordance with requirements designated by sections of FAR 15.203 and NFAS for a negotiated procurement. The Two-Phase RFP procedures will be utilized for this procurement in accordance with FAR 36.3. The Phase I RFP will be issued on or before June 29, 2011 with a proposal due date approximately July 29, 2011. The Phase I RFP will be available for viewing and downloading at www.neco.navy.mil and at https://www.fbo.gov. Prospective offeror ™s must register on the website. Amendments will be posted on the website for downloading. This will be the only method of distributing amendments; therefore, it is the offeror ™s responsibility to check the website periodically for any amendments to this solicitation. Offeror ™s must also be registered in the Contractor ™s Central Registration (CCR) in order to participate in this procurement. The website for the CCR is http://www.bpn.gov. Technical inquiries must be emailed 15 days before proposals are due to the address listed above to: donna.ruzicka@navy.mil or jacquelyn.s.jackson@navy.mil. Phase I will consist of the following evaluation factors: 1) Past Performance, 2) Corporate Experience and Key Personnel, and 3) Safety. Phase II evaluation factors will consist of: 4) Contract Management, 5) Technical Approach, and 6) Price. Those offeror ™s selected for Phase II will be required to submit technical and price proposals for the seed project. The seed project will be identified in Phase II. The contract will be for a term of five years consisting of a base year, with four one-year option periods. The total estimated aggregate value of this procurement is $25,000,000.00. Task orders will be fixed price and normally range in value from $500,000.00 to $5,000,000.00. Point of Contact is Donna Ruzicka at (904) 542-6918 or Jacquelyn Jackson, (904) 542-6914; Email: donna.ruzicka@navy.mil or jackquelyn.s.jackson@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62467K/N6945011R0452/listing.html)
 
Record
SN02469830-W 20110612/110610235207-a6896c110da10c73af0f1df93cc914ed (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.