Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 12,1999 PSA#2408

Department of Commerce, NOAA, 200 World Trade Center, Room 209, Norfolk, VA 23510-1624

F -- RESPONSE AND RESTORATION ACTIONS AT ENVIRONMENTALLY CONTAMINATED SITES SOL 52-EANC-9-00040 DUE 082499 POC Lynne Phipps, Contract Specialist (757) 441-6881, Melvyn DesJarlais, Contracting Officer (757) 441-6647 WEB: 52-EANC-9-00040, http://www.easc.noaa.gov. E-MAIL: Lynne Phipps, Lynn.B.Phipps@noaa.gov. The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS) plans to acquire services for performing response and restoration actions at environmentally contaminated sites that are predominately located at installations and sites for which NOAA has responsibility either as a responsible agency or stewardship responsibilities as a natural resource trustee agency, as well as for sites associated with other Government agencies. Site locations range throughout the United States, its territories and possessions. Predominately affected environments include areas such as remote islands, coral reefs, atolls, estuaries, rivers, streams, and various wetlands supporting species that have life states that occur in estuarine or marine habitats. The sites will consist of those ranked on the Superfund National Priority List (NPL) as well as non-NPL sites, sites affected by oil releases under the Oil Pollution Control Act, Resource Conservation and Recovery Act(RCRA) permitted sites, underground storage tanks (UST) and UST contamination sites, and other sites which might require response action, such as those under the Federal Water Pollution Control Act (Clean Water Act). Additionally, the contract(s) will have the ability to obtain quick reaction capability (QRC) and routine tasking for the full spectrum of environmental remediation and abatement services at designated Federal government sites. While dependent on the specific situation, location, and services required, QRC means effective reaction and response with the full spectrum of personnel and equipment to accomplish the task on-site between 12 and 72 hours to assess and engineer/design the task at hand. This procurement consists of one (1) solicitation with the intent to award multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts to the responsible offeror(s) whose proposal(s), conforming to the Request for Proposal (RFP), will be the most advantageous to the Government, cost or price and other factors considered. AWARD MAY BE MADE httTO A FIRM OTHER THAN THAT SUBMITTING THE LOWEST PRICE. The contracts will be for a base period of one (1) year with two (2) one-year option periods. The Government reserves the right to award multiple contracts or only one (1) contract under this solicitation. THE GOVERNMENT INTENDS TO AWARD WITHOUT DISCUSSIONS, THEREFORE, OFFERORS' INITIAL PROPOSALS SHOULD CONTAIN THEIR BEST TERMS FROM A COST OR PRICE AND TECHNICAL STANDPOINT. The total maximum value for the base term and all options for the aggregate of all IDIQ contracts awarded as a result of the RFP is not expected to exceed $9,000,000. The minimum task order amount for any resultant contract is $5,000. After award of the initial contract(s), each awardee will be provided a fair opportunity to be considered for each task order, except under those circumstances described in FAR 16.505(b)(2). Award factors will vary depending on the unique requirements for each Task Order and may be competed on the basis of price,best value or technically acceptable, low-price selection procedures. The Contracting Officer will indicate the place of performance for each Task Order. Task Orders will be firm-fixed price or time-and-material, performance based or solution based with a specific completion date. Evaluation for award under this RFP will be based on written presentation of the following criteria: (a) Technical Capability, (b) Management Organization, (c) Past Performance, and (d) Pricing. This requirement will be acquired as a commercial item using FAR Part 12. The solicitation is being issued on an unrestricted basis inviting full and open competition. The Standard Industrial Code is 8744 and the annual size standard is 500 employees. It is recommended that subcontracting goals reflect a minimum of goal of 45% small business, 25% small disadvantaged business, 8% woman-owned small business, 1% HUBZone (if applicable). The RFP is now available and must be requested via email. To request a copy of the RFP, send request to Lynn.B.Phipps@noaa.gov or Melvyn.A.DesJarlais@noaa.gov and include your name, company name, address, telephone number, fax number and email address for the person to receive the RFP. The RFP is in Word 97 format and will be sent as an attachment to an email. The issue date for the solicitation is the date of this notice. Interested parties must respond to the RFP by the due date of 8/24/99 in order to be considered for award of a resulting contract. Notification of any changes (amendments) to the solicitation will also be sent via email to the companies on the bidder mailing list. Questions shall be emailed to Lynne Phipps or Mel DesJarlais. Answers to questions received will be disseminated utilizing email. Printed copies are not available and telephone requests for a copy of the solicitation package will not be accepted. Posted 08/10/99 (W-SN365690). (0222)

Loren Data Corp. http://www.ld.com (SYN# 0034 19990812\F-0001.SOL)


F - Natural Resources and Conservation Services Index Page