Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 11, 2001 PSA #2890
SOLICITATIONS

99 -- MISCELLANEOUS

Notice Date
July 9, 2001
Contracting Office
SOUTHWEST DIVISION, NAVFACENGCOM, ENVIRONMENTAL CONTRACTS TEAM/02
ZIP Code
00000
Solicitation Number
N68711-01-R-6007
Point of Contact
CONTRACT SPECIALIST, KAREN L. ROONEY, 619-532-0777
E-Mail Address
Karen Rooney (rooneykl@efdsw.navfac.navy.mil)
Description
This acquisition is an unrestricted procurement with a Small Business reservation under the North American Industrial Classification System (NAICS) code 562910, Environmental Remediation Services. The Small Business size standard is 500 employees. The resulting contract(s) will be FIRM FIXED PRICE, INDEFINITE DELIVERY, INDEFINITE QUANTITY (IDIQ), MULTIPLE AWARD CONTRACT(S) (EMAC) FOR REMEDIATION SERVICES AT NAVY AND MARINE CORPS INSTALLATIONS IN VARIOUS LOCATIONS IN CA, AZ, NM, AK, WA, OR, MT, ID, NV, AND UT. Engineering Field Division Southwest (EFD Southwest) is seeking firms to provide Remedial Actions and Removal Actions. EFD Southwest will issue one solicitation with the intent to award two or more IDIQ contracts, with one of the two or more awards being reserved exclusively for small business. Any qualified small business concern may compete for one of the unrestricted contracts, as well as for the single contract reserved to small business. The Government does, however, reserve the right to award only one contract as a result of the solicitation if two or more qualifying proposals are not received. Awards will be made using Federal Acquisition Regulation (FAR) Part 15 competitive negotiation procedures. Contracts will be awarded to the responsible business firms whose proposals, conforming to the solicitation, offer the "Best Value" to the Government, price and other factors considered. The contract(s) will be awarded for a base period of one year with four one-year option periods. The Government intends to award one contract with Proposed Task Order 0001 and to award the remaining contract(s) with a minimum guarantee of $50,000 each. However, the Government reserves the right not to award Proposed Task Order 0001 identified in this solicitation or to award Proposed Task Order 0001 after the award of the basic contract(s). The value of task orders issued under an individual contract shall not exceed $120,000,000. The aggregate value of task orders issued under the all the contracts shall not exceed $240,000,000. The number and dollar value of task orders awarded under each contract will depend upon the results of the task order competition conducted among the firms that receive contract awards. Task orders will be competed on a firm fixed price basis among contract awardees in accordance with FAR 16.505(b). Most of the work under contracts resulting from this solicitation will be performed in California. The services to be acquired will be to perform environmental remedial action; removal actions; remedial design; expedited and emergency response actions; pilot and treatability studies; remedial systems operation, maintenance and instruction; and other related activities associated with returning sites to safe and acceptable levels of contamination. Remedial actions may include, but will not be limited to capping landfills, pump and treat remediation, bioremediation, soil vapor extraction, natural attenuation, bioventing, air sparging, inserting reactive walls, thermal treatment, phytoremediation, soil washing, capping in aquatic environments, redirection of storm water, and free product recovery. The contaminants will include, but are not 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). A number of sites may require remediation of radiological waste. The contaminants included are predominantly solvents, POL, metals, acids, bases, reactives, polychlorinated biphenyls (PCBs), and pesticides. Contaminants may be present in soils, 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, fire fighting training areas, or other facilities. Proposals will be evaluated based on the following factors: FACTOR-1 Past Performance within the past three years; FACTOR-2 Specialized Experience within the past five years (Specialized Experience of the offeror in California may result in an increased rating for this factor.); FACTOR-3 Engineering and Management Approach (This factor will include Proposed Task Order 0001at Mole Pier, Naval Station, San Diego, CA); FACTOR-4 Small Business Subcontracting Effort (Applicable to the unrestricted competition only); FACTOR-5 Price (Price of Proposed Task Order 0001). Factors 1, 2, 3, and 4 are of equal importance. For the unrestricted competition, when the proposal is evaluated as a whole, Factors 1, 2, 3, and 4 combined are significantly more important than price. For the small business reserve competition, when the proposal is evaluated as a whole, Factors 1, 2, and 3 combined are significantly more important than price. A pre-proposal conference and the Proposed Task Order 0001 site visit will be held in San Diego, CA. Offerors are required to participate in the Proposed Task Order 0001 site visit at Mole Pier, Naval Station, San Diego,CA in connection with offerors' proposals for Evaluation Factors 3 and 5. The date and time of the pre-proposal conference and site visit have not yet been determined. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; to award contracts to other than the offerors submitting the lowest prices for Proposed Task Order 0001; to limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals, and to award to the offerors submitting the proposals, determined by the Government, to be most advantageous to the Government. The government intends to award without discussions. OFFERORS ARE ADVISED THAT AN AWARD MAY BE MADE WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most favorable terms. Proposers should not assume that they will be contacted or afforded the opportunity to qualify, discuss, or revise their proposals. FIRMS SUBMITTING PROPOSALS WILL NOT BE COMPENSATED. Once issued, the solicitation will be available only in the electronic medium and can be downloaded free of charge via the Internet World Wide Web at http://esol.navfac.navy.mil/ under pre-solicitation notice N68711-01-R-6007. Prospective offerors MUST register on the web site. There will be no hardcopies of this solicitation issued. However, in the event that electronic files for Proposed Task Order 0001 are too large to post on the electronic solicitation (esol) website, the files will be available through plan rooms identified on the esol web site. Amendments will be posted on the 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 AMENDMENTS TO THIS SOLICITATION. Offerors must be registered in the Contractor's Central Registration (CCR) in order to participate in this procurement. The web site for the CCR is http://www.ccr2000.com. The solicitation is scheduled for release on or about July 27, 2001. POC FOR THIS SOLICITATION IS KAREN ROONEY AT (619-532-0777) Requests for additional information regarding this solicitation should be in writing and emailed to Karen Rooney at rooneykl@efdsw.navfac.navy.mil, with a copy to loveringrr@efdsw.navfac.navy.mil. Requests for additional information may also be faxed to (619) 532-0771 ATTN: Karen Rooney.See Numbered Note(s) 2.***
Web Link
Karen Rooney (www.esol.navfac.navy.mil)
Record
Loren Data Corp. 20010711/99SOL004.HTM (D-190 SN50R2E5)

99 - Miscellaneous Index  |  Issue Index |
Created on July 9, 2001 by Loren Data Corp. -- info@ld.com