Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2008 FBO #2456
SOLICITATION NOTICE

Y -- ENVIRONMENTAL RESTORATION WORK AT MARINE CORPS INSTALLATIONS IN THE NAVAL FACILITIES ENGINEERING COMMAND SOUTHWEST (NAVFACSW) AREA OF RESPONSIBILITY

Notice Date
8/15/2008
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC SOUTHWEST, CENTRAL IPT, N62473 NAVFAC SOUTHWEST, CENTRAL IPT CODE ROPCA 1220 Pacific Highway San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N6247308R3530
 
Response Due
9/29/2008
 
Archive Date
3/28/2009
 
Point of Contact
Carlos Donado 619-532-4714 Tanya Foster, 619-532-4157
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This procurement is to obtain services for performing environmental restoration at environmentally contaminated sites located at Marine Corps installations only in the NAVFACSW footprint. The sites will consist of those ranked on the Superfund National Priority List (NPL) as well as non-NPL sites regulated under Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), Resource Conservation and Recovery Act (RCRA), Underground Storage Tanks (UST), and other sites that might require remedial action and is being advertised on restricted basis inviting Service Disabled Veteran Owned Small Business (SDVOSB). This procurement uses the two-phase selection procedures and consists of one solicitation covering both phases. Source Selection procedures will be used with the intent to award a firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract to the responsible Offeror whose proposal, conforming to the Request for Proposal (RFP), is the most advantageous and offers the best value to the Government, price and other factors considered. The North American Industry Classification System(NAICS) Codes for this procurement are 562910 and 541620, with an applicable size standard of less than 500 employees. Qualified Joint Ventures (JV) may propose. Generally, a qualified JV consists of at least one small, SDVOSB firm, and all other participants must be small under the NAICS codes for this requirement (FAR 19.403 a-d). Large firms (NAICS 562910, greater than 500 employees; or NAICS 541620, greater than $6.5 million) may be subcontractors; however, if a teaming arrangement with a large firm is submitted, that team will be disqualified. The estimated task order range is between $20,000 minimum and $15,000,000 maximum. The estimated value of this contract is not to exceed $30,000,000. The Government intends to evaluate proposals and award without discussions. Selection for award will be based on evaluation of the following: Phase One: Factor 1 - Recent Experience Preparing CERCLA Documents and Conducting CERCLA Field Work and Cleanups on Marine Corps Installations, Factor 2 - Capacity and Management, Factor 3 - Past Performance; Phase Two: Factor 4 - Professional Qualifications, and Factor 5 Price. The Phase One evaluation will result in a determination of the most highly qualified Offerors. These Offerors will be requested to submit a Phase Two proposal. A maximum of five (5) Offerors will be selected to submit a Phase Two proposal. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The Phase One RFP will be posted on the NECO website at www.neco.navy.mil on or about August 30, 2008. No hard copies will be provided. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CHECK THE WEBSITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Prospective Offerors MUST register themselves on the website. Plan holders lists will not be faxed and will be available only at the website listed above. A site visit will be held only during Phase Two.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=95bd22a22a9806ea5ab0f05d5401b3c8&tab=core&_cview=1)
 
Record
SN01641774-W 20080817/080815224056-a0f2294f3e0ea4d4413f5b02c1557cca (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.