|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 2,1998 PSA#2023SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187 F -- NAVFACENGCOM ENVIRONMENTAL REMEDIAL ACTION CONTRACTS (RACS) FOR
PACIFIC DIVISION, SOUTHERN DIVISION, SOUTHWEST DIVISION, AND
ENGINEERING FIELD ACTIVITY WEST SOL N68711-98-R-5713 DUE 040298 POC
STUART GURNEY/Contracting Officer, Procurement Related Inquiries (808)
474-3123, DAVID JESPERSEN/EBS & RFP Holders List Related Inquiries
(619)532-2992 E-MAIL: Click here to contact Dave Jespersen for
inquiries regarding Electronic Bid Set and RFP Holders List,
dmjespersen@efdswest.navfac.navy.mil. This solicitation for
environmental remedial action will result in the award of four
contracts. One contract will be awarded in each geographic region to
provide remediation of any media contaminated by solvents, petroleum,
oils, and lubricants (POL), metals, acids, bases, reactives,
polychlorinated biphenyls (PCB), and pesticides. Along with these more
commonly encountered contaminants, some sites require remediation of
radiological or ordnance waste or unexploded ordnance. These
contaminants may be present in soils, sediments, groundwater, air,
sludge, surface water, or man-made structures. The contaminated sites
may be landfills, hazardous waste treatment storage and disposal
facilities, tanks, lagoons, fire fighting training areas, or other DOD
facilities in areas listed below. The contracts will be Cost Plus
Award Fee (CPAF), Indefinite Delivery/Indefinite Quantity (ID/IQ) type
contracts, with a ceiling of $250 million each for the Pacific
Division, Southwest Division, Engineering Field Activity West, and
Southern Division. The contract term will be a base period of one year
and six one- year option periods. Contract completion will occur when
the ceiling is reached or at the end of the last option period,
whichever occurs first. The initial award will be for the base year,
only. This will be a two-phase solicitation in accordance with FAR
36.3. For this acquisition, the Phase I evaluation factors are 1)
Corporate Experience and Past Performance, 2) Financial and Management
Systems 3) Capability of Key Personnel, and 4) Commitment to Small
Business. A page limitation will be implemented on a regional basis as
follows: Factor 1 -- 20; Factor 2 -- 5; Factor 3 -- 10; and Factor 4
-- 10, totaling 45 pages. The Phase I evaluation factors are of equal
importance. The Phase II evaluation factors are (1) Management
Approach, which is equal in importance to the aggregate of the Phase I
factors, and (2) Cost/Price. All evaluation factors other than
Cost/Price, when combined, are significantly more important than
Cost/Price. A written proposal will be the basis for the Phase I
evaluation. An Oral Presentation will be the basis for the Phase II
evaluation of Management Approach, and a written proposal will be the
basis for the Phase II evaluation of Cost/Price. A maximum number of 3
offerors for each region will be selected to participate in Phase II.
This project is unrestricted. The Standard Industrial Code is 8744.
The areas covered under this RFP are as follows: PACIFIC Division --
Hawaii, Guam, Japan, Okinawa, Johnston Atoll, Diego Garcia and other
areas in the Pacific and Indian Oceans. SOUTHERN Division -- North
Dakota, South Dakota, Wyoming, Colorado, Nebraska, Kansas, Oklahoma,
Texas, Minnesota, Iowa, Missouri, Louisiana, Wisconsin, Illinois,
Kentucky, Michigan, Indiana, Ohio, Tennessee, Mississippi, Alabama,
Georgia, Florida, Arkansas, North Carolina and South Carolina.
SOUTHWEST Division -- Southern California, Arizona, New Mexico and
Southern Nevada. Engineering Field Activity WEST—Northern
California, Central California, Nevada, and Utah. ORGANIZATIONAL
CONFLICT OF INTEREST (OCI): A general conflict of interest would exist
if a present or former CLEAN prime were to become the RAC prime
contractor or subcontractor in the same region. A definition of the OCI
clause will be included in the solicitation. NOTE: The Request for
Proposals (RFPs) will be issued as an electronic bid set (EBS) over the
Internet at address http://ebsswd.wes.army.mil. An RFP holders list
will be created by registration and be available at this Internet
website address. The RFP will be available on the Internet on or about
13 February 1998. (Many firms and commercial printing services have
the capability to print the RFP and RFP holders list off the internet.)
A Pre-Proposal Conference will be held on or about 26 February 1998.
(0028) Loren Data Corp. http://www.ld.com (SYN# 0032 19980202\F-0002.SOL)
F - Natural Resources and Conservation Services Index Page
|
|