Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2010 FBO #3119
MODIFICATION

F -- Unrestricted Environmental Multiple Award Contract for Environmental Remediation Services at various Navy/Marine Corps/DoD Installations in the NAVFAC Southwest and NAVFAC Atlantic AORs.

Notice Date
6/7/2010
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
N62473 NAVFAC SOUTHWEST, ENVIRONMENTAL CONTRACTS CORE CODE RAQE0 1220 Pacific Highway San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N6247310R0804
 
Response Due
7/2/2010
 
Archive Date
9/30/2010
 
Point of Contact
Pamela Sons (619) 532-2883 pamela.sons@navy.mil
 
E-Mail Address
pamela.sons@navy.mil
(pamela.sons@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
(Modification 01 is to correct the building number to 504.) Naval Facilities Engineering Command (NAVFAC), Southwest, San Diego, California, is preparing to release a Request for Proposal (RFP) for Environmental Remediation Services at environmentally contaminated sites predominantly in the NAVFAC Southwest and NAVFAC Atlantic areas of responsibility (AOR) and the U.S. Trust Territories of Puerto Rico and Guam. It is anticipated that the majority of the work will be performed in California. Resulting Contracts will be fixed price, Indefinite Delivery/Indefinite Quantity (IDIQ), Environmental Multiple Award Contracts (EMAC). This solicitation is issued as unrestricted. The North American Industrial Classification System (NAICS) Code applicable to this requirement is 562910, Environmental Remediation Services, with a small business size standard of 500 employees. The contract(s) will be awarded for a base period of one year with four one year options periods. The minimum guarantee for each contract is $5,000. The minimum guarantee applies to the five-year term of the contract. The aggregate value of all task orders issued under the resulting contract(s) shall not exceed $250,000,000. The task order range is $500,000 to $3,000,000. 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. FAR Part 15 is applicable to this acquisition. Contracts will be awarded based on "Best Value" to the Government, price and other factors considered. The Government intends to award a minimum of 3 and a maximum of 5 contracts. Fair opportunity will be provided for all resulting task orders in accordance with FAR 16.505(b). Proposals will be evaluated based on the following evaluation factors: Factor 1 - Past Performance/ Safety, Factor 2 - Specialized Experience, Factor 3 - Contract Management, Factor 4 - Technical Approach (Proposed Task Order 0001), Factor 5 - Commitment to Socio-Economic Programs, and Factor 6 - Price for PTO 0001. The Proposed Task Order 0001 (PTO 0001) is for Installation Restoration of Landfill Site 2 at Naval Air Facility (NAF) El Centro, CA. The Government intends to award without discussions. A pre-proposal site visit and meeting will be held on 29 June 2010 at 9:30 a.m. local time at NAF El Centro, CA. Firms shall meet at building 504. All firms interested in attending the site visit must submit the company name, attendee's legal name, business address, and phone number to Pamela Sons by email at pamela.sons@navy.mil no later than 23 June 2010. In order to drive aboard NAF El Centro, the driver of each vehicle will be required to provide a valid drivers license, current automobile registration and current proof of insurance. 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. Directions to the site visit will be posted on NECO/FedBizopps website. The solicitation will be available by electronic media only and will be available for download free of charge via the Internet World Wide Web at https://www.neco.navy.mil or https://www.fbo.gov under solicitation number N62473-10-R-0804. There will be no paper copies of this solicitation issued. Amendments will be posted on NECO web site for downloading. This will be the only method of distribution; therefore, it is the offeror(s) responsibility to check the web site regularly for any amendments to this solicitation. Offeror(s) must be registered in the Contractor's Central Registration (CCR) https://www.bpn.gov/ccr/ in order to participate in this procurement. The solicitation will be issued on or about 21 June 2010. The anticipated closing date set for receipt of proposals is 20 July 2010, 2:00 PM local time. The primary POC for this solicitation is Pamela Sons at 619-532-2883 or pamela.sons@navy.mil. The Contracting Officer is Bea Appling at 619-532-1620 or Beatrice.appling@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A6A/N6247310R0804/listing.html)
 
Record
SN02170229-W 20100609/100607234851-e5cea168f079776eb48c3679c764f957 (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.