Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 10, 2001 PSA #2826
SOLICITATIONS

Z -- ENVIRONMENTAL REMEDIAL ACTION CONTRACT, ENGINEERING FIELD ACTIVITY, NORTHWEST, NAVAL FACILITIES ENGINEERING COMMAND

Notice Date
April 6, 2001
Contracting Office
Engineering Field Activity, NW, NAVFACENGCOM, 19917 7th Ave NE, Poulsbo, WA 98370-7570
ZIP Code
98370-7570
Solicitation Number
N44255-01-R-2000
Response Due
January 5, 2029
Point of Contact
Jackie Korchak, Contract Specialist (360) 396-0234 or Val Vitacolonna, Contract Specialist (360) 396-0267
Description
The contract resulting from this solicitation will be a Cost Plus Award Fee, Indefinite Delivery/Indefinite Quantity (ID/IQ) type contract for environmental remediation services. The contract performance period includes a base year and four option years. The estimated value of the total contract is $125M with a projected annual budget of $25M per year. Contract completion will occur when the total contract value is reached or at the end of the last option period, whichever occurs first. The purpose of this contract is to obtain services for performing remediation and removal actions at environmentally contaminated sites predominately 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 Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), Resource Conservation and Recovery Act (RCRA), and Underground Storage Tanks (UST). The preponderance of the work to be placed under this contract is expected to be performed in the state of Washington. However, work may also be added and performed anywhere within the EFANW Area of Responsibility (including Oregon, Idaho, Montana, Utah, Nevada and Arizona and other locations, as required by the Government which may also include remote sites). The Contractor shall provide the personnel, equipment, materials, facilities, and management to respond to multiple requests for environmental support at various sites. These services may also include performing immediate and rapid response actions at sites, performing pilot and treatability studies, providing operations, maintenance and instructions for remedial action systems, performing other related activities associated with returning sites to safe and acceptable levels which includes managing regulatory interface. Contract task orders may include the development of various environmental documents describing the required remedial action and technologies to achieve cleanup. Such documents may include workplans, records of decision, remedial investigation and feasibility corrective measure studies, RCRA/CERCLA closure plans, and corrective action plans. The contaminants will 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 (POL), ordnance waste or unexploded ordnance. A relatively small number of sites may require remediation of radiological media. The contamination included are predominately solvents, petroleum, oils, and lubricants (POL), metals, acids, bases, reactives, non-explosive ordnance residues or compounds, polychlorinated biphenyls (PCBs), and pesticides. Contaminants may be present in soils, marine sediments, ground water, air, sludge, surface water, and man-made structures. Contaminated sites may be landfills, hazardous waste treatment storage and disposal facilities, tanks, lagoons, shorelines, fire fighting training areas, open-burn open detonation (OBODs) areas, housing areas, or other facilities. This will be a negotiated two-phase source selection procurement, which consists of the submission of price and technical proposals in accordance with FAR 36.3. Phase I evaluation factors are: (1) Past Performance (2) Capability of Key Personnel (3) Commitment to Small Business and (4) Financial and Management Systems. Phase II evaluation factors are (1) Management and Technical Approach and (2) Cost. A written proposal will be the basis for the Phase I evaluation. Oral Presentations and a written cost proposal will be the basis for the Phase II Evaluation. The North American Industry Classification Code is 562910 with a size standard of 500 employees. This is an unrestricted procurement and is open to all business concerns. This solicitation will be issued via the Internet World Wide Web at http://esol.navfac.navy.mil and will not be available in paper (hard copy) format. The Government will not make a CD available for this project. The solicitation is available for download free of charge. All prospective offerors and plan centers are required to register as planholders on the website. Amendments and notices will be posted on the website http://esol.navfac.navy.mil for downloading. This will be the only method of distributing amendments and notices. It is the offerors' responsibility to check the website periodically for any amendments and notices to this solicitation. The official planholders' list will be maintained and can be printed from the website. Planholders' lists will not be faxed and will only be available from the website. The solicitation will be available on or about 29 May 2001. All qualified, responsible sources may submit an offer that shall be considered by the agency.
Web Link
to download copy of solicitation and amendments (http://esol.navfac.navy.mil )
Record
Loren Data Corp. 20010410/ZSOL004.HTM (W-096 SN50I5J8)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on April 6, 2001 by Loren Data Corp. -- info@ld.com