Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2005 FBO #1147
SOLICITATION NOTICE

F -- F?MUNITIONS RESPONSE CONTRACT (MRC) FOR WORLDWIDE SITES

Notice Date
1/14/2005
 
Notice Type
Solicitation Notice
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Pacific, Acquisition Department, 258 Makalapa Drive Suite 100, Pearl Harbor, HI, 96860-3134
 
ZIP Code
96860-3134
 
Solicitation Number
N62742-05-R-1868
 
Response Due
3/3/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The objective of this procurement is to obtain a wide range of services for performing munitions response and incidental environmental remediation at sites which potentially contain munitions and explosives of concern (MEC). The purpose of the work is to allow for the reasonably safe use of the identified areas of concern. Work at the areas of concern may be on or beneath the surface of land areas, and may include beach, marsh, mud flats, surf zone and/or submerged water areas. The Contractor may be required to perform work at multiple sites worldwide. The work will primarily be in Alaska, Washington State, and Hawaii but may include other sites at Navy and Marine Corps installations, and other Government agencies in the United States and its territories and worldwide. The exact location of the individual efforts will be designated on individual Contract Task Orders. The contract will be Cost-Plus-Award-Fee (CPAF), Indefinite-Delivery/Indefinite-Quantity (ID/IQ) type contract, with a ceiling of $50 million. Projects may be of significantly varying types and magnitude. The work may require capability to perform large-scale multiple projects simultaneously, and ability to mobilize for significant and unexpected surge requirements on short-notice. The workload is subject to uncertainty and workload fluctuations may be significant and unexpected throughout the period of the contract. The contract term will be a base period and four one-year option periods. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE IS 562910, Environmental Remediation Services. Small business size standard is 500 employees. This is a source selection procurement requiring both technical and cost/price proposals. Contract award will be made to the offeror proposing the best value to the Government from a technical and cost/price standpoint. The Technical evaluation factors, when combined, are considered significantly more important than Cost/Price. Technical evaluation factors are as follows: (1) Corporate Experience; (2) Corporate Past Performance (3) Experience/Qualifications of Key Personnel; and (4) Technical and Management Approach. The Request for Proposal (RFP) will be available on or about 31 January 2005. The RFP may be downloaded at the website http://www.esol.navfac.navy.mil. Planholder's list is available at the website. AMENDMENTS WILL BE POSTED ON THE WEB SITE http://www.esol.navfac.navy.mil FOR DOWNLOADING. THEREFORE, IT IS THE OFFEROR'S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. It is highly recommended that all interested offerors create an account at the website http://www.esol.navfac.navy.mil.
 
Record
SN00735423-W 20050116/050114212248 (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.