Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 29, 2001 PSA #2966
SOLICITATIONS

Z -- Z -- 293 ENVIRONMENTAL RESPONSE ACTION CONTRACT TO PERFORM REMEDIAL ACTION FOR THE CLEANUP OF HAZARDOUS WASTE SITES (TWO-PHASE)

Notice Date
October 25, 2001
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, 2155 Eagle Drive, North Charleston, SC, 29406
ZIP Code
29406
Solicitation Number
N62467-01-R-0331
Response Due
January 16, 2002
Point of Contact
Shirley Berry, Contract Specialist, Phone 843-820-5938, Fax 843-818-6854, Email berrysa@efdsouth.navfac.navy.mil -- Chenequa Danner, Program Management Assistant, Phone 843-820-5926, Fax 843-820-5848, Email dannerno@efdsouth.navfac.navy.mil
Description
THIS PRE-SOLICITATION IS BEING ADVERTISED ON AN =20 UNRESTRICTED BASIS, INVITING FULL AND OPEN COMPETITION. The NAICS Code for this Solicitation is 562910: Environmental Remediation Services. The Size Standard is 500 people. The work includes remedial actions at environmentally contaminated sites predominately located at Navy and Marine Corps installations and other Government agencies. Work under this contract will be performed in the geographical regions of SOUTHNAVFACENGCOM and EFA Midwest: Alabama, Arkansas, Colorado, Florida, Georgia, Illinois, Indiana, Iowa, Kansas, Kentucky, Louisiana, Michigan, Minnesota, Mississippi, Missouri, Montana, Nebraska, North Carolina, North Dakota, Ohio, Oklahoma, South Carolina, South Dakota, Texas, Wisconsin, Wyoming and Andros Island, Bahamas. However, work may also be added and performed anywhere outside of SOUTHNAVFACENGCOM and EFA Midwest Area of Responsibility, as required by the Government. Services may include actions, such as, but not limited to, performing remedial actions, removal actions, expedited and emergency response actions at sites, pilot and treatability studies, providing facility operation, maintenance and instruction, other related activities associated with returning sites to safe and acceptable levels, and developing work 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 explosives or unexploded ordnance. A relatively small number of sites may require remediation of radiological media. 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. The Government will award a contract resulting from this solicitation to the responsible proposer whose proposal conforming to the solicitation will be ?BEST VALUE? to the Government, price and technical factors considered. This will be a two-phase negotiated acquisition in accordance with FAR 36.3. For this acquisition, the Phase I evaluation factors are (1) Past Performance and Corporate Experience, (2) Financial and Management Systems, (3) Capability of Key Personnel, and (4) Commitment to Small Business. The highest rated proposers, not more than five (5) firms, will advance to Phase II. The Government will then request Phase II proposals. The Phase II evaluation factors are (1) Management and Technical Approach and (2) Cost/Price. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; use tradeoff process when it may be in the best interest of the Government to consider award to other than the lowest priced proposers or other than the highest technically rated proposer; and to award to the proposer submitting the proposal determined by the Government to be the most advantageous (Best Value) to the Government. PROPOSERS ARE ADVISED THAT THE GOVERNMENT INTENDS TO EVALUATE PROPOSALS AND AWARD 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 would be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. In accordance with the Small Business Act, large businesses will be required to submit an acceptable Subcontracting Plan prior to award. FIRMS SUBMITTING TECHNICAL AND PRICE PROPOSALS WILL NOT BE COMPENSATED FOR ANY EXPENSES INCURRED IN THE PREPARATION OF THEIR PROPOSAL. FOR SPECIFICATIONS: The Government intends to issue Phase I on the WEB only. Phase I solicitation will be issued on or about 3 December 2001. Phase I receipt of proposals will be due on 16 January 2002. PHASE II WILL BE ISSUED AT A LATER DATE. The entire solicitation will be available for viewing and downloading at http://esol.navfac.navy.mil. Prospective Offerors MUST register themselves on the web site. The official planholders list will be maintained and can be printed from the web. Amendments will be posted on the web site for downloading. This will normally be the only method of distributing amendments; therefore, IT IS THE OFFEROR?S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. Offeror?s must also be registered in the Contractor?s Central Registration (CCR) in order to participate in this procurement. The website for CCR is http://www.ccr2000.com. For inquiries about Proposals Due or Number of Amendments issued, contact Nikki Danner at 843/820-5926. Technical Inquiries must be submitted in writing 15 days before Proposals are due to the address listed above, or faxed to 843-818-6854, Attn: Shirley Berry, ACQ22sb, or sent by email to berrysa@efdsouth.navfac.navy.mil. One Cost-Plus-Award-Fee (CPAF) Indefinite Delivery/Indefinite Quantity (ID/IQ) type contract will be awarded from this solicitation at a maximum capacity of $110,000,000. The contract is for one year with four (4) one (1) year option periods. THERE WILL BE NO INDUSTRY FORUM FOR THIS SOLICITATION.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USN/NAVFAC/N62467/N62467-01-R-0331/listing.h tml)
Record
Loren Data Corp. 20011029/ZSOL001.HTM (D-298 SN5115N3)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on October 25, 2001 by Loren Data Corp. -- info@ld.com