Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2007 FBO #1873
SOLICITATION NOTICE

F -- ENVIRONMENTAL REMEDIATION SERVICES AT VARIOUS LOCATIONS IN AK, AZ, CA, NV, NM, OR, UT, AND WA

Notice Date
1/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, Environmental Business Line (EBL), Attn: AQE 1220 Pacific Highway, San Diego, CA, 92132-5190, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N62473-07-R-3206
 
Response Due
2/28/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Naval Facilities Engineering Command (NAVFAC), Southwest, San Diego, California, is preparing to release a Request for Proposal (RFP) for Environmental Remediation Services at various locations in Alaska, Arizona, California, Nevada, New Mexico, Oregon, Utah, Washington, and other DoD installations nationwide. Resulting Contracts will be fixed price, Indefinite Delivery/Indefinite Quantity (IDIQ), Environmental Multiple Award Contracts (EMAC). This procurement is a 100% Small Business set-aside with the intent to award firm-fixed price multiple award contracts to at least four firms, two awards reserved for 8(a) and two awards to small business firms under the North American Industrial Classification System (NAICS) Code 562910, Environmental Remediation Services. The contracts will be awarded for a base period of one year with four one-year option periods. The minimum guarantee for each contract is $5,000. The aggregate value of task orders issued under the resulting contracts shall not exceed $100,000,000. The Government intends to award without discussions; therefore, offerors should submit proposals that contain their best terms. The services to be acquired will be to perform environmental remedial actions; removal actions; remedial design; expedited and emergency response actions; pilot and treatability studies; remedial action systems operation and maintenance; 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, thermal treatment, phytoremediation, soil washing, 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 relatively small number of sites may require remediation of radiological or ordnance waste, unexploded ordnance, and or munitions and explosives of concern (MEC). The contaminants included are predominately 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. It is anticipated that most of the work resulting from this solicitation will be performed in California. Formal source selection procedures will be followed as prescribed by Federal Acquisition Regulation (FAR) Part 15 and FAR Supplement as applicable. Contracts will be awarded to the responsible Small Business firm(s) whose proposals, conforming to the solicitation, offer the Best Value to the Government, price and other factors considered. The contracts will be awarded for a base period of one year with four one-year option periods. FAR Clause 52.217-8 Option to Extend Services will be incorporated into the resulting contracts. The Government intends to award one contract with the proposed Task Order 0001 and to award the remaining contracts with the minimum guarantee of $5,000. each. The Government reserves the right not to award the proposed Task Order 0001 identified in the solicitation or to award it at a later date after award of the basic contract(s). The minimum guarantee applies to the five-year term of the contract(s). The aggregate value of task orders issued under the contract(s) will not exceed $100,000,000. Fair opportunity will be provided for all resulting task orders in accordance with FAR 16.505(b). A pre-proposal site visit/meeting will be held on Tuesday, 13 February 2007 at 10:00 AM at 1205 Mill Road, Suite #2, Building 850, Naval Base Ventura County, Port Hueneme, California, 93403-4442 for the proposed Task Order 0001 project. All firms interested in attending the site visit must submit the following information by email no later than 07 February 2007 to Amy Jeli at amy.jeli@navy.mil or Fax (619) 532-1155: Full name of individual(s) attending, social security number, date of birth, citizenship, drivers license number and state, company name, phone and fax numbers, vehicle information: year, make, model, color, and license plate number. Due to space limitations, participation is limited to two (2) representatives from each firm. Costs associated with participating in the pre-proposal site visit/meeting or responding the solicitation will not be compensated. Proposals will be evaluated based on the following evaluation factors: Factor 1 - Past Performance, Factor 2 - Specialized Experience, Factor 3 - Technical Approach (Proposed Task Order 0001), Factor 4 - Safety, and Factor 5 - Price (Proposed Task Order 0001). Factors 1, 2, 3, and 4 are of equal importance to each other. Factor 5 - Price (Price of the proposed Task Order 0001) is slightly less important than any one of the other factors. When the proposal is evaluated as a whole, Factors 1, 2, 3, and 4 when combined are significantly more important than Factor 5. The importance of price will increase if offerors are considered essentially equal in terms of technical capability or if price is so significantly high as to diminish the value of the proposal's technical superiority to the government. Proposals shall be submitted in accordance with Sections L, and M of the solicitation. The solicitation will be available by electronic media only and can be downloaded free of charge via the Internet World Wide Web at http://esol.navfac.navy.mil or http://www.eps.gov under pre-solicitation notice N62473-07-R-3206. Prospective offerors must register on the web site. There will be no paper copies of this solicitation issued. 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 amendment to this solicitation. Offeror(s) must be registered in the Contractor's Central Registration (CCR) http://www.ccr.gov in order to participate in this procurement. The solicitation issue date is on or about 1/24/07. The closing date set for receipt of proposals is 2/28/07, 2:00 PM local time. The POC for this solicitation is Amy Jeli at 619-532-1677. Site visit information, and questions should be submitted by email to amy.jeli@navy.mil or faxed to 619-532-1155.
 
Record
SN01208935-W 20070112/070110221141 (fbodaily.com)
 
Source
FedBizOpps 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.