Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 10, 2015 FBO #4947
DOCUMENT

F -- EMAC FOR REMEDIATION OF VARIOUS RADIOLOGICAL CONTAMINANTS (RADMAC II) AT VARIOUS NAVY AND MARINE CORP INSTALLATIONS IN THE NAVFAC SW AND ATLANTIC AREAS OF RESPONSIBILITY - Attachment

Notice Date
6/8/2015
 
Notice Type
Attachment
 
NAICS
562910 — Remediation Services
 
Contracting Office
N62473 NAVFAC SOUTHWEST, ENVIRONMENTAL CONTRACTS CORE CODE RAQE0 1220 Pacific Highway San Diego, CA
 
Solicitation Number
N6247315R0811
 
Response Due
7/23/2015
 
Archive Date
12/31/2016
 
Point of Contact
BEATRICE APPLING 619-532-2786 PAMELA SONS, 619-532-4624 (ALTERNATE POC)
 
Small Business Set-Aside
N/A
 
Description
Naval Facilities Engineering Command (NAVFAC), Southwest, San Diego, California, is preparing to release a Request for Proposal (RFP) for Environmental Remediation Services of Radiological Contaminants at various locations in the NAVFAC SW and NAVFAC Atlantic areas of responsibility. Resulting Contracts will be fixed price, Indefinite Delivery/Indefinite Quantity (IDIQ), Environment Multiple Award Contracts (EMAC). This procurement is unrestricted for competition amongst all interested firms. The North American Industrial Classification System (NAICS) Code applicable to this requirement is 562910, Environmental Remediation Service. The contract(s) will be awarded for a base period of one-year with four one-year options periods. FAR 52.217-9 Option to Extend the Term of the Contract and 52.217-8 Option to Extend Services are applicable. The minimum guarantee for each contract is $5,000. The minimum guarantee applies to the five-year term of the contract. The aggregate value of task orders issued under the resulting contract(s) shall not exceed $240,000,000. The Government intent is to award without discussions. The Government will be seeking firms with experience in performing environmental remediation services of various radiological contaminants. Firms must possess a Nuclear Regulatory Commission (NRC) License with a tracking system program code of 03219 and equivalent California Agreement State Radioactive Material License (RML) that allows handling and storage of byproducts, source, and special nuclear material. Firms must demonstrate recent and relevant experience in performing radiological investigations, remedial/removal actions of radiological contaminants, such as alpha-, beta-, gamma- or neutron-emitting radioactive materials; byproduct, source and special nuclear materials; naturally occurring radioactive materials (NORM); naturally or accelerator-product radioactive materials (NARM); and technically-enhanced NORM (TENORM). Demonstrate laboratory processes, handling and storage of radioactive material. In addition to the radiological contamination, hazardous contamination may be present which may trigger appropriate mixed waste handling procedures. Hazardous contaminants may include, but not be limited to, those identified and regulated under RCRA, CERCLA, Toxic Substances Control Act (TSCA), Solid Waste Disposal Act (SWDA), and petroleum oils and lubricants (POLs). FAR Part 15 is applicable to this acquisition. Contracts will be awarded based on Best Value to the Government, price and other factors considered. The Government intends to award a minimum of three and a maximum of five contracts. One contract award will be reserved for a highly qualified small business firm. Fair opportunity will be provided for all resulting task orders in accordance with FAR 16.505(b). Proposals will be evaluated based on the following evaluation factors: Factor 1 - Past Performance, Factor 2 - Specialized Experience, Factor 3 “ Contract Management, Factor 4 - Technical Approach (Proposed Task Order 0001), Factor 5 “ Safety, Factor 6 “ Small Business Utilization, and Factor 7 “ Price for PTO 0001. The Proposed Task Order 0001 (PTO 0001) is for remediation services at Parcel C, Buildings 253 and 211, at Hunters Point Naval Shipyard, San Francisco, CA. A pre-proposal site visit and meeting will be held on 30 June 2015 at 10:00 AM at Hunters Point Naval Shipyard in San Francisco, CA. Firms shall meet at the Crisp Road Gate, Hunters Point Naval Shipyard, San Francisco, California. Directions to the site visit will be posted on NECO/FedBizOpps website. All firms interested in attending the site visit must submit the Company Name, attendees Legal Name, email address, and phone number to Beatrice.appling@navy.mil no later than close of business 17 June 2015. In order to drive aboard Hunters Point Naval Shipyard, the driver of each vehicle will be required to provide a valid drivers license, current automobile registration and current proof of insurance. Due to space limitations, participation is limited to three (3) representatives from each firm. Costs associated with participating in the pre-proposal site visit/meeting or responding the solicitation will not be compensated. The solicitation will be available by electronic media only and can be downloaded free of charge via the Internet World Wide Web at http://neco.navy.mil or http://www.fbo.gov under solicitation N62473-15-R-0811. There will be no paper copies of this solicitation issued. Amendments will be posted on NECO web site for downloading. This will be the only method of distribution; therefore, it is the offeror(s) responsibility to check the web site periodically for any amendment to this solicitation. Offeror(s) must be registered in the System for Award Management (SAM) http://www.sam.gov in order to participate in this procurement. The solicitation issue date is on/or about 23 June 2015. The closing date set for receipt of proposals is 23.July 2015 10:00 A.M local time. The primary POC for this solicitation is Beatrice Appling at 619-532-2786 or email Beatrice.appling@navy.mil. ***END OF SYNOPSIS***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A6A/N6247315R0811/listing.html)
 
Document(s)
Attachment
 
File Name: N6247315R0811_Directions_to_the_Crisp_Rd_Gate.doc (https://www.neco.navy.mil/synopsis_file/N6247315R0811_Directions_to_the_Crisp_Rd_Gate.doc)
Link: https://www.neco.navy.mil/synopsis_file/N6247315R0811_Directions_to_the_Crisp_Rd_Gate.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 1220 PACIFIC HIGHWAY, SAN DIEGO, CA
Zip Code: 92132
 
Record
SN03756953-W 20150610/150608235116-14bcb18b8a13e30e0f0a9ca98e74532e (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.