Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2003 FBO #0659
SOLICITATION NOTICE

F -- A-76 Cost Comparison Study for Environmental Services

Notice Date
9/15/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, A-76 Contracts Team, Attn: Code 02X2 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N68711-03-R-4302
 
Response Due
10/29/2003
 
Point of Contact
Diana Price, Contract Specialist, Phone 619 532-3752, Fax 619 532-4903, - samantha darella, contract specialist, Phone 6195323758, Fax 6195324903,
 
E-Mail Address
pricedl@efdsw.navfac.navy.mil, darellass@efdsw.navfac.navy.mil
 
Description
The Southwest Division, Naval Facilities Engineering Command (SOUTHWESTNAVFACENGCOM), Contracts Department, San Diego, California, is seeking potential sources for the following requirement: OMB Circular A-76 Cost Comparison Study to provide Environmental Services for the Navy Public Works Center, San Diego, California. Approximately 103 Full Time Equivalent positions are affected. The Service Provider will shall assume all costs associated with labor, management, supervision, tools, materials, equipment and transportation necessary to perform in accordance with the contract requirements. The services to be performed are: Laboratory Services, Industrial and Oily Waste Treatment Services, Containerized Solid Waste Services, and Recurring and Special Projects Services which include consulting services in the field of geology, engineering, geophysics, soil and water contamination removal actions, design and operation for remediation systems, hazard waste treatment, recycling opportunities, activities that investigate, develop, implement, and are managed in accordance with regulatory programs such as Resource conservation and Recovery Act (RCRA), corrective action programs, Comprehensive Environmental Response Compensation and Liability Act (CERCLA) clean programs and Site Assessment Mitigation (SAM) programs. If the cost comparison results in contract performance, the period of performance is the base period, four (4) one-year options, and (2) one-year option award periods, for a total of seven years. A performance-based combination firm fixed price (FFP), indefinite delivery, indefinite quantity (IDIQ) contract is anticipated. In accordance with OMB Circular A-76, the offeror determined to represent the best value to the Government, price and other factors considered, will be compared to the Government?s proposal to perform said services. A contract will not be awarded unless (1) the costs of contracting are lower than the costs of continued Government performance by a factor equal to or greater than (10) ten percent of the personnel costs in the IHCE or (2) $10,000,000 over the performance period. Government personnel adversely affected by conversion of Government performed services to contract have the Right of First Refusal for jobs for which they are qualified. In accordance with FAR 15.1, Naval Facilities Engineering Command SWDIV determined it is in the Navy and Industry?s best interest to streamline the acquisition process by utilizing a Three-Step source selection process. Please refer to Sections L & M of the RFP for details regarding the evaluation criteria and submission requirements. All potential offerors are reminded in accordance with DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION (Nov 2001), lack of registration in the CCR database will make an offeror ineligible for award. The North American Industry classification system (NAICS) code for the acquisition is 562910. In accordance with FAR 5.102(a)(7), availability of the solicitation is limited to the electronic medium; the solicitation will be available for download via the NAVFAC website at http://esol.navfac.navy.mil, on or about 30 September 2003. The official plan holder?s list will be maintained on and can be printed from the website. If you are a first time user to the NAVFAC ESOL website, you will have to register so you will be able to received any updated information. All prospective offerors and plan rooms are encouraged to registered as plan holders on the website. Plan holders lists will only be available from the website. Registering offerors and plan rooms must provide a complete name, complete mailing address and area code and phone number, offeror type (prime contractor, sub-contractor, supplier or plan room), email address and size (large business, small business, small disadvantage business, woman owned small business or other). Notification of any changes (amendments) to the solicitation will be made only on the Internet. It is the contractor?s responsibility to check the website for any posted changes. Information regarding a pre-proposal conference and proposal submission date for Step I proposals will be provided with the solicitation. PARTICIPATION IN THIS ACQUISITION IS UNRESTRICTED
 
Place of Performance
Address: San Diego, California
Zip Code: 92136
Country: San Diego
 
Record
SN00434842-W 20030917/030915213409 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.