Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 05, 2013 FBO #4394
SOLICITATION NOTICE

R -- Environmental Services for Final Governing Standards (FGS) related work in Europe, Southwest Asia, and Africa

Notice Date
12/3/2013
 
Notice Type
Presolicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Europe and Southwest Asia, PSC 817 Box 51, FPO AE, Naples, 09622-0051, United States
 
ZIP Code
09622-0051
 
Solicitation Number
N3319114R1009
 
Point of Contact
Kathryn A. Balonek, Phone: 390815687744
 
E-Mail Address
kathryn.balonek@eu.navy.mil
(kathryn.balonek@eu.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Facilities Engineering Command Europe Africa Southwest Asia (NAVFAC EURAFSWA) intends to issue a Request for Proposal (RFP) for an indefinite quantity, indefinite delivery contract for Environmental Services for Final Governing Standards related work in the NAVFAC EURAFSWA area of responsibility to provide regulatory analysis and support. The anticipated requirement will be issued under Solicitation N33191-14-R-1009. This work will be for environmental products and services to provide regulatory analysis and technical support for NAVFAC EURAFSWA supported commands. The Contractor will provide periodic summaries of the changing environmental standards and an assessment of their applicability to and impact on Department of Defense installations. The anticipated solicitation will be structured with the following base and option Contract Line Items Numbers (CLINs): CLIN 0001 - BASE: Environmental Services for both work with pre-established prices (ELINs) and work to be negotiated in accordance with the statement of services, contract terms and conditions, and task orders issued hereunder. The anticipated period of performance is 365 calendar days from the date of award. CLIN 0002 - OPTION YEAR 1: Environmental Services for both work with pre-established prices (ELINs) and work to be negotiated in accordance with the statement of services, contract terms and conditions, and task orders issued hereunder. The anticipated period of performance is 365 calendar days from the date of award of Option Year 1. CLIN 0003 - OPTION YEAR 2: Environmental Services for both work with pre-established prices (ELINs) and work to be negotiated in accordance with the statement of services, contract terms and conditions, and task orders issued hereunder. The anticipated period of performance is 365 calendar days from the date of award of Option Year 2. CLIN 0004 - OPTION YEAR 3: Environmental Services for both work with pre-established prices (ELINs) and work to be negotiated in accordance with the statement of services, contract terms and conditions, and task orders issued hereunder. The anticipated period of performance is 365 calendar days from the date of award of Option Year 3. CLIN 0005 - OPTION YEAR 4: Environmental Services for both work with pre-established prices (ELINs) and work to be negotiated in accordance with the statement of services, contract terms and conditions, and task orders issued hereunder. The anticipated period of performance is 365 calendar days from the date of award of Option Year 4. The proposed contract action will be a full and open procurement using FAR Part 15 under the North American Industry Classification System (NAICS) Code 541620 (Environmental Consulting Services.) This procurement will utilize Best Value Source Selection using Trade-off procedures, requiring the submission of both technical and price proposals. The total contract price for the base year and all option years combined is estimated to be approximately $5,000,000.00 US Dollars. The anticipated task order range is between $1,000.00 and $350,000.00 US Dollars. The Government intends to award one (1) indefinite delivery, indefinite quantity contract. Award will be made to the responsible offeror whose proposal, conforming to the RFP, will be most advantageous to the Government resulting in selection of the Best Value offeror, price and other factors considered. In accordance with FAR 52.217-5, Evaluation of Options, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). The solicitation is expected to be posted to www.fbo.gov on or about December 18, 2013. Proposals will be expected to be due by January 18, 2013 Central European Time (CET). All dates are tentative and are subject to change. Offerors are encouraged to check the FBO web sites frequently in order to be notified of any changes to this solicitation. If you register for this solicitation, you will receive a courtesy e-mail notifying you of all amendments for this solicitation that are posted on the website. Registration for this solicitation, however, does not release the offeror from the responsibility of checking the solicitation daily for amendments. All offerors must be registered in the System for Award Management (SAM) www.sam.gov to be considered for award of any United States of America Department of Defense contract. In order to register in SAM, proposers must have a Dun and Bradstreet (DUNS) Number from http://fedgov.dnb.com/webform and a Commercial and Governmental Entity (CAGE) Code (U.S. firms) or a NATO Commercial and Governmental Entity (NCAGE) code (non-U.S. firms) from http://www.dlis.dla.mil/Forms/Form_AC135.asp. The SAM registration requirement applies to all contract awards, regardless of the country where the work is performed. It is highly encouraged for prospective proposers to begin the SAM registration process as early as possible. The point-of-contact for this Pre-Solicitation Notice is Kathryn Balonek. E-mail: kathyrn.balonek@eu.navy.mil. Telephone: +39-081-568-7744.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/EFAMED/N3319114R1009/listing.html)
 
Place of Performance
Address: Throughout NAVFAC EURAFSWA's area of responsibility., United States
 
Record
SN03244832-W 20131205/131203234454-87f01ff4ab8806d6a27f7e1a8a227184 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.