Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2012 FBO #4016
SOLICITATION NOTICE

R -- Environmental Multiple Award Contract

Notice Date
11/20/2012
 
Notice Type
Presolicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
N40080 NAVFAC Washington 1314 HARWOOD STREET Bldg 212 WASHINGTON, DC
 
ZIP Code
00000
 
Solicitation Number
N4008012R0355
 
Response Due
1/5/2013
 
Archive Date
1/5/2014
 
Point of Contact
Denise Wilson (202) 685-0400 Allison Silver
 
E-Mail Address
<!--
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Naval Facilities Engineering Command (NAVFAC) Washington has a requirement for general environmental services. The contractor shall furnish all labor, management, supervision, tools, materials, equipment, engineering, and transportation necessary to perform certain services to support the multiple environmental requirements within the NAVFAC Washington (AOR). The NAVFAC Washington AOR includes naval facilities in Maryland, Northern Virginia and the Washington, DC area only. The contractor shall provide environmental services including, but not limited, to the following: Petroleum Facility, Tank and Piping Precision Integrity Testing and Leak Testing Tank Repairs and Upgrades Demolition and Removal of Tanks, Piping and Related Systems/Facilities Spill Cleanup and Remediation Clean tanks and Piping Systems Evaluate and Maintain Cathodic Protection Systems Installation of Tanks, Piping and Relates Systems/Facilities Tank Inventories and Inspection Spill Prevention Control and Countermeasure Plans Facility Response Plans Other Petroleum Facility, Tank and Piping Relates Services Air Clean Air Act Documentation Air Emission Inventories Title V Permitting/Reporting Indoor Air Quality testing Other Air Related Services Waste/Materials Lead-Based Paint Surveys/Abatement Asbestos Surveys/Abatement Waste Sampling Waste management Plans Asbestos Operation and Maintenance Programs Lead-based Paint Operation and Maintenance Programs Other Waste/materials Relates Services Drinking Water/Wastewater Bench Scale and Pilot Studies Evaluate Treatment Alternatives Develop Operation and Maintenance manuals Sanitary Surveys Drinking Water/Wastewater Sampling and Analysis Repair/maintain Pipelines Other Drinking Water/Wastewater Related Services Stormwater Construction of Low Impact Development (LID) Facilities Construction of Stormwater Best Management Practices (BMP) Installation, Repair and Maintenance of Sedimentation and Erosion Control Measures Analysis and Upgrades to Existing BMP/LID Features Preparation/Review of Documentation Develop Maintenance Manuals for LIDs/BMPs Inventory and Documentation for LIDs/BMPs Assess Condition of Stormwater System and Components Provide Permit Support Identify Non-Point Source Pollution Areas Other Stormwater Related Services The duration of the contract will be for one (1) year from the date of an initial contract award with four (4) additional one year option periods. The total amount that may be paid under this contract (including option years) will not exceed $30.0 million for the entire 5 year contract term. The minimum guarantee for the entire contract term (including option years) will be satisfied by the award of the initial Task Order. The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government subject to workload and/or satisfaction of the contractor ™s performance under the subject contract. There will be no dollar limit per task order and no dollar limit per year. The resulting contract will be a Firm-Fixed-Price, Indefinite-Quantity Indefinite-Delivery contract. Estimated start date is April 2013. This proposed contract is being solicited as a service disabled veteran owned small. The appropriate NAICS for this contract is 541620. The small business size standard classification for this contract is $14.0 million. Award will be made to the responsible offer(s) whose offer conforms to the solicitation and represents the best value to the Government, price and non-price factors considered. All contractors are advised that registration in the DoD Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to register in the DoD CCR Database may render your firm ineligible for award. For more information, check the DoD CCR Website: http://www.ccr.gov. The following certifications and registrations are also mandatory prior to award of a contract: Online Representations and Certifications Application (ORCA) @ https://orca.bpn.gov/; and Wide Area Workflow (WAWF) @ https://wawf.eb.mil/. Responses are due no later than 2:00 p.m. Eastern Standard Time, 05 January 2013. Responses should be mailed or hand carried to Commander, Naval Facilities Engineering Command, Washington, Attn: First Floor Mailroom, 1314 Hardwood Street SE, Bldg 212, Washington Navy Yard, Washington, DC 20374. Late responses will be handled in accordance with FAR 52.215-1. Electronic (E-mail, facsimile, etc.) submissions are not authorized. Offeror ™s responding to this notice are requested to submit an original and 4 copies of of their proposal. Please submit any inquiries concerning this project in writing. Inquiries shall be e-mailed to Denise Wilson, denise.wilson1@navy.mil with copy to Allison Silver, Allison.Silver@navy.mil. Each inquiry submitted shall include solicitation number, title, and point of contact.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62477/N4008012R0355/listing.html)
 
Place of Performance
Address: Naval Facilities Engineering Command Washington
Zip Code: 1314 Harwood Drive SE
 
Record
SN02935092-W 20121122/121120235103-ace2c67a8107b2351faee935e0a208d1 (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.