Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 16, 2011 FBO #3674
SOURCES SOUGHT

R -- Range Sustainment and Remediation Services Indefinite Delivery/Indefinite Quantity (IDIQ)

Notice Date
12/14/2011
 
Notice Type
Sources Sought
 
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
N6247312R2010
 
Response Due
1/3/2012
 
Archive Date
1/19/2012
 
Point of Contact
Maryann Hough, 619-532-2883
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought announcement is to reflect the revision of the solicitation number from N6247312RXXXX to N6247312R2010. A modification to the initial Sources Sought under solicitation number N6247312RXXXX has been posted to acknowledge this revision. There are no other revisions to the Sources Sought announcement originally posted 21 November 2011 under solicitation number N6247312RXXXX. All the requested submittal requirements and the date for submission remain unchanged. The original Sources Sought Description is provided below. ------------------------------------------------------ Range Sustainment and Remediation Services IDIQ This is a Sources Sought (SS) announcement. PURPOSE: (1) Seek potentially qualified small business sources, with indication of business size classification, including: -8(a) -HUBZone Small Business -Service-Disabled Veteran Owned Small Business -Small Business -Small Disadvantaged Business -Women-Owned Small Business -Veteran-Owned Small Business Note: The applicable size standard is no more than 500 employees. (2) Determine if the firm is submitting as any of the following: -Prime and Sub-Contractors -8(a) Mentor Protégé Joint Venture -Other Joint Venture Relationship The Government will use responses to this Sources Sought Synopsis to make appropriate acquisition decisions. If, after review of the responses to this sources sought synopsis, the Government still plans to proceed with the acquisition, a Pre-Solicitation Announcement will be published to the Navy Electronic Commerce On-line (NECO) system, and Federal Business Opportunities (FedBizOpps). This is NOT a solicitation announcement for proposals and NO contract will be awarded directly from this Sources Sought announcement. NO reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. NO telephone calls requesting a bid package for solicitation will be accepted, because there is NO bid package 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 (POC) will NOT be given and NO appointments for presentations will be made. SYNOPSIS: Required NAICS business experience classification code is 562910 “ Environmental Remediation Services. Naval Facilities Engineering Command, Southwest is seeking sources with current relevant qualifications, experience, personnel, and capability to provide, under contract, all management, labor, incidental engineering, travel, transportation, equipment, material, and supervision necessary in performing range sustainment remediation and services. Demonstrate experience in performing range sustainment projects such as: clearance of UXO from military ranges; processing/recycling demilitarization, disposal, and recycling of Materials Potentially Presenting an Explosive Hazard (MPPEH) including ordnance scrap and target debris. Performance will be at various federal government sites with projects occurring simultaneously at multiple sites, and contractors may be required to obtain security clearance level sufficient to access military bases/property/sites/installations. Work locations include Arizona, California, Nevada, and other DoD or Federal installations nationwide; however the majority of work is expected to be on Navy and Marine Corps installations in California. Work will be accomplished under Task Orders written against an Indefinite-Delivery-Indefinite-Quantity (IDIQ) contract. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his/her properly authorized representative, who will issue written Task Orders to the Contractor. Award of Task Orders will be on a firm fixed-price basis. The proposed contract will be for a base period of 12 months, and two 12 month option periods. The estimated value is approximately $100 million. The firm (including subcontractors) MUST be able to demonstrate knowledge AND experience in ALL of the above cited services AND have the ability to obtain appropriate security clearances to access military site/property/installations. SUBMISSION REQUIREMENTS: Responses shall NOT exceed thirteen (13) pages - Two sided pages count as two sheets. Provide copy(ies) of any and all certifications by the Small Business Association (SBA), in support of status as an 8(a), HUBZone Small Business, Service-Disabled Veteran Owned Small Business, Small Business, Small Disadvantaged Business, Women-Owned Small Business, and/or Veteran-Owned Small Business. Copies of SBA Certifications are NOT counted in the thirteen (13) page limit. One (1) page should be the cover sheet which MUST include: -Firm name, address, and primary phone number -Firm ™s status and size of the business, relative to the NAICS code 562910 -Two Points of Contact for the Firm, including telephone numbers and e-mail addresses -Short description of the firm ™s history including years in business, number of employees, and main disciplines of the firm -State current ability to meet all security clearance(s) requirements for access to military property/sites/installations. -Provide a statement demonstrating the firm ™s ability to obtain and maintain performance and payment bonds, including the firm ™s available bonding capacity. Two (2) pages should show: -Key employees, both firm and sub-consultants, and their experience relative to the services described above. --Demonstrate professional qualifications of your key personnel to perform the services listed above. --List only the team members who actually will perform major tasks under the contemplated contract work scope and their qualifications, which should reflect the individual ™s potential contributions to the contract. Up to ten (10) pages should be dedicated to: -Past and current projects that show the firm ™s ability to perform the services described above. There should be one project per page. -Firms submitting responses shall present their information in a ˜matrix ™ format showing projects they have performed for work similar to that described above. --Matrix must include the following: ---Highlight projects comparable ($5,000 - $5,000,000) in scope and complexity as described above. --- List at least six (6) projects with work located in the Western United States, that demonstrate your firm can perform the services (as a whole) listed above. ---Indicate Contract type (firm fixed-price, cost reimbursement, etc.) ---Specify Total contract price ---Specify associated Contract numbers AND Task Order numbers ---Specify the from/to dates of contract work performance ---Specify the project physical location and description of the contract work requirements ---Provide a specific description of the actual work performed ---Provide the client ™s name and, if applicable, identify the client ™s agency (DoD, Navy, CA State, etc.) ---Provide at least one (1), preferably two (2), current client Point of Contact references who are certain to have knowledge of work performance- reference name, job title, and verified accurate/current contact information: phone number, fax number, and email address ---Indicate if your firm was the prime or subcontractor (if a subcontractor, what type of work and percentage of the total contract your firm was responsible for) SUBMITTAL PACKAGE REQUIREMENTS: Submit responses via e-mail to maryann.hough@navy.mil and linda.protocollo@navy.mil. Responses must be in pdf format and should be submitted as one pdf document. Submittals must be received before 2:00 P.M. Pacific Standard Time (PST) on Tuesday, 3 January 2011. SUBMITTAL INQUIRY POCs: Ms. Maryann Hough, Contract Specialist (619) 532-2883 Ms. Linda Protocollo, Contracting Officer (619) 532-1159
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A6A/N6247312R2010/listing.html)
 
Place of Performance
Address: 1220 Pacific Highway, San Diego, CA
Zip Code: 92132
 
Record
SN02639192-W 20111216/111214234435-bb52142250e54fee323f5aae6e1d7679 (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.