Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 01, 2019 FBO #6368
SOLICITATION NOTICE

B -- Naval Facilities Engineering Command (NAVFAC NW) Long Term Monitoring, Operations, and Maintenance Environmental Services Contract

Notice Date
2/14/2019
 
Notice Type
Synopsis
 
NAICS
562910 — Remediation Services
 
Contracting Office
N44255 NAVFAC NORTHWEST 1101 Tautog Circle Silverdale, WA
 
ZIP Code
98315
 
Solicitation Number
N4425519R6006
 
Response Due
4/10/2019
 
Archive Date
8/12/2019
 
Point of Contact
Cari Burnham 360-315-8318
 
Small Business Set-Aside
Total Small Business
 
Description
This notice does not constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to provide the pre-solicitation notice required by FAR 5.2 “ Synopsis of Proposed Contract Actions in preparation for release of the RFP at a later date. The Request for Proposal (RFP) is planned to be issued in mid-February 2019. The proposal due date is approximately 30 days after the issue date of the RFP. The North American Industry Code Standard (NAICS) is 562910, Environmental Remediation Services, and the annual size standard is 500 employees. The planned procurement method is contracting by negotiation. The solicitation utilizes source selection procedures which require offerors to submit a non-price proposal which includes past performance and experience information and a price proposal for evaluation by the Government. The resulting contract is planned to be a firm-fixed price (FFP) indefinite delivery, indefinite quantity (IDIQ) contract. The contract term will be a base period of 12 months with four 12-month options or until the maximum not-to-exceed amount is reached, whichever comes first. Only the base period of the contract will offer a minimum guarantee. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under the Option to Extend Services clause. This contract will replace a contract for similar services awarded in 2014 which is currently priced at a not-to-exceed value of $30,794,172.28. The current contract number is N44255-14-D-9011. The incumbent contractor is Sealaska Environmental Services LLC. The current contract has had approximately $26 million in services ordered during the past 60 months and has 6 months remaining. This procurement is to provide for a Long-Term Monitoring, Operation and Maintenance (LTM O and M) Environmental Services FFP IDIQ contract for Navy facilities located within the United States. The procurement consists of one solicitation with the intent to award a single contract to the responsible offeror whose proposal, conforming to the Request for Proposal (RFP), will be most advantageous to the Government resulting in the best value, price and non-price factors considered. Award may be made to a firm other than the one submitting the lowest price. Offerors are advised award may be made without discussions or any contact concerning the proposal received. Therefore the offerors should submit proposals which contain their best terms. This is an IDIQ contract with pre-established fixed price unit prices. 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 task order range for this contract is between $10,000 and $5,000,000. Types of projects include long-term monitoring, assessments and reporting on effectiveness of remedial actions, and the operations and maintenance required to support typical environmental restoration or environmental compliance actions. Activities include but are not limited to: inspection, assessment, monitoring, modeling, sampling, and analysis of historical and current data for media to include air, aquatic, benthic or terrestrial organisms, groundwater, natural sediments, soil, surface water, tanks, wastes, and natural attenuation in a marine or terrestrial environment, which are required as a result of environmental restoration or compliance actions., including optimization for green and sustainable remediation. Work will involve optimization, operation and maintenance of remedial/restoration systems such as, but may not be limited to, landfill caps, contaminant water treatment, phytoremediation, shoreline protection, soil vapor extraction, bioventing, steam or air sparging, aquatic sediment caps, infiltration barriers, leaching basins, stormwater networks, in-situ oxidation, free product recovery systems, public awareness programs, and monitored natural attenuation, well installation, maintenance and decommissioning. Firms should have an extensive knowledge of environmental laws and regulations, experience preparing and submitting and filing high quality, acceptable reports with regulatory agencies, and already have on staff fully trained and qualified personnel to achieve these environmental remediation and compliance requirements and goals. Firms with experience closing remediation sites, reducing maintenance or long term monitoring costs, using innovative optimization of remedial systems resulting in a reduction in site management costs, or with experience working on environmental projects in the Puget Sound area, Alaska North Slope, or the Aleutian Islands are strongly desired. Place of Contract Performance: The preponderance of the work to be placed under this contract is expected to be performed in the states of Washington and Alaska. However, work may also be performed anywhere within the United States. Offerors can view and/or download the RFP and attachments at https://www.neco.navy.mil (NECO) when the RFP is posted. Interested parties can register at NECO under the Plan Holder List and discover other interested parties. This feature is also available under the Interested Vendors List at https://www.fbo.gov (FBO). Prospective Offerors must register with the System for Award Management (SAM) at https://www.sam.gov/SAM/ in order to participate in this RFP. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-FEB-2019). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 29-APR-2019, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVFAC/N44255/N4425519R6006/listing.html)
 
Record
SN05295345-F 20190501/190429230010 (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.