SPECIAL NOTICE
99 -- N62742-10-D-1804 Small Business Environmental Remedial Action Contract for Sites in Hawaii and Other Areas
- Notice Date
- 7/23/2014
- Notice Type
- Special Notice
- NAICS
- 562910
— Remediation Services
- Contracting Office
- N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N6274210D1804
- E-Mail Address
-
Contract Specialist
(jenny.yatsushiro@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Notice of intent to award a sole source contract modification to contract N62742-10-D-1804, a Cost-Plus-Award-Fee Indefinite Delivery/Indefinite Quantity contract under the authority of FAR 6.302-1. The proposed modification will increase the not to exceed contract amount by $12.5 million to $72.5 million. Under the authority of FAR 6.302-1, the Government intends to award the sole source contract modification to CAPE Environmental Management, Inc. based on the Contractor ™s extensive knowledge of on-going projects for which they are able to provide continuity of services and timely completion of project requirement and avoid duplication of effort and unacceptable delays. In general, this modification is to obtain services for performing remedial actions at environmentally contaminated sites, predominately Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) sites, located at Navy and Marine Corps installations and other Government agencies. The sites will consist of those ranked on the Superfund National Priority List (NPL) as well as non-NPL sites regulated under CERCLA, Resource Conservation and Recovery Act (RCRA), Underground Storage Tanks (UST), and other sites that might require remedial action. The work to be performed is predominantly in Hawaii and Guam but may include other areas within the Naval Facilities Engineering Command Pacific area of responsibility (Hawaii, Guam, Japan, Okinawa, Diego Garcia and other areas in the Pacific and Indian Oceans.) and other NAVFAC components. The services may include remedial actions such as performing removal actions, expedited and emergency response actions at sites, pilot and treatability studies, facility operation, maintenance and instruction, other related activities associated with returning sites to safe and acceptable levels, and preparing appropriate documentation of planned and completed actions. This notice is not a request for competitive proposals. Interested firms may identify and transmit their interest and capability to respond to the requirement to jenny.yatsushiro@navy.mil by close of business, 25 August 2014. A determination not to compete this proposed modification based on responses received to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct competitive procurement. This is not a request for a proposal. See Note 22.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274210D1804/listing.html)
- Record
- SN03434322-W 20140725/140723234734-0d614c2e131889a4ba22f97790f51ef8 (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 |