SOLICITATION NOTICE
99 -- Environmental Multiple Award Contract
- Notice Date
- 10/14/2010
- Notice Type
- Presolicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- N40083 NAVFAC MIDWEST 201 Decatur Avenue Building 1A GREAT LAKES, IL
- ZIP Code
- 00000
- Solicitation Number
- N4008311D0001
- Response Due
- 10/29/2010
- Archive Date
- 10/29/2010
- Point of Contact
- Amy Franks (847) 688-2600, x1,415 Chris A. Payton
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- THIS NOTICE IS PROVIDED FOR INFORMATIONAL PURPOSES ONLY. SOLICITATION DOCUMENTS WILL NOT BE AVAILABLE FOR DOWNLOADING UNTIL APPROXIMATELY November 1, 2010. On or about November 1, 2010 a solicitation for an Environmental Multiple Award Contract (EMAC) for Naval Station Great Lakes Area of Responsibility (AOR) will be posted on FedBizOpps (www.fbo.gov). The preponderance of the work is at the Naval Station Great Lakes, Illinois, Naval Surface Warfare Center (NSWC) - Crane, Indiana, and Naval Support Activity Millington, Tennessee. However, other locations nationwide as deemed necessary may be included to meet workload requirements. Historically, volumes, of work have been performed at various locations throughout the following states: Arkansas, Illinois, Indiana, Iowa, Kansas, Kentucky, Michigan, Minnesota, Missouri, Nebraska, North and South Dakota, Oklahoma, Ohio, Tennessee, and Wisconsin. This procurement is 100% set-a side for competitive Service Disabled Veteran Owned Small Business (SDVOSB) firms located in the contiguous United States. The NAICS Code for this procurement is 562910. The Government's objective is to obtain services, including all labor, material, transportation, equipment, and supervision required to provide environmental services entailing a wide range of projects; such as, but not limited to: AST/UST removal and/or replacement; remediation and testing; asbestos, lead and mold abatement; facility decontamination and demolition; soil and groundwater sampling and remediation; site characterization and assessment; hazardous and environmental waste documentation, handling, treatment, and disposal; landfill maintenance and repair; unexploded ordinance removal and disposal; long term monitoring and operation and maintenance of remediation facilities; along with wetland and dredging operations. Offerors must have an established reputation (or, if newly organized, whose personnel have previously established a reputation in the field) that is regularly engaged in and that maintains a regular staff of employees with necessary certifications and licenses. Such certifications and licenses include, but are not limited to the following: asbestos, lead, hazardous waste, environmental cleanup, health and safety, sampling and analysis, air monitoring, noise analysis, as well as geological, hydro-geological and environmental engineering design and oversight. Offerors shall demonstrate the ability to have performed this work on previous projects. The solicitation will result in between three to five MAC awards. The preponderance of the work will be between $10,000 and $8,000,000. The contract vehicle may have occasional projects ranging from $3.5 million to $8 million. The contracts will be for a 12 month base year and potential four option years. The estimated maximum value for all contracts is $40,000,000. Performance and payment bonds are required. All interested firms must have bonding capability of $8,000,000. Proposers will be evaluated using the two-phase request for proposal procedures that result in awards based on best value to the Government, price and other factors considered. The Government will request for proposals (RFP) from firms in accordance with the requirements designated by sections of the FAR 15.203 and Navy/Marine Corps Acquisition Guide for a competitive negotiated procurement utilizing a Two-Phase selection procedure similar to the procedures located at FAR 36.3. This method permits evaluation of proposals based on price competition, technical merit and other factors; permits impartial and comprehensive evaluation of offerors ™ proposals; permits discussions if necessary; and ensures selection of the source whose performance provides best value to the Government. In accordance with FAR 36.3, this procurement will consist of two phases. Phase I is the pre-qualification phase. Phase I factors relate to the five year ID/IQ contract requirements for environmental services as listed above. A minimum of five firms will be pre-qualified in Phase I and will participate and advance to Phase II technical solutions and price. The evaluation factors for Phase I are as follows: Factor 1 - Past Performance, Factor 2 - Specialized Experience, Factor 3 “ Contract Management. In Phase II, the selected Phase I offerors must submit technical and price proposals for the seed project. Offerors who fail to submit their Phase II technical and price proposals will not be considered for award. The Phase II technical proposal will require preparation of a proposal addressing the following: Technical Approach “ Task Order (0001), Task Order 0001 Project Approach, Task Order 0001 Team Organization and Experience, Task Order 0001 Conflict of Interest Mitigation Plan, Task Order 0001 Technical Approach Breakdown and Task Order 0001 Project Milestone Schedule. Price proposals may include total price evaluation within the Government ™s published budget for award. The best value offeror will receive a contract for the seed project. The remaining best value offerors selected will receive a Multiple Award Contract that will include a minimum guarantee of $1,000. Should one or more of the MAC Contractors be unable to competitively secure a task order to meet the minimum guarantee, then the Government reserves the right to negotiate that task order with only that offeror. As the solicitation will be issued via the internet, all prospective offerors MUST register themselves on the website. All contractors are encouraged to attempt to download prior to obtaining the solicitation through alternate sources. Many firms and commercial printing services have the capability to print the solicitation package and plan holders list off the internet, if necessary. The official plan holders list will be created by registration and will be available from the website only. Amendments will also be posted on the website for downloading. This will be the normal method for distributing amendments; therefore, it is the offerors ™ responsibility to check the website periodically for any amendments to this solicitation. FOLLOW-ON WORK AFTER AWARD: The successful offerors awarded a MAC contract in Phase II will compete on future task orders. Offerors will be expected to submit technical and price proposals on all future task orders. Lack of participation may result in the Government not exercising the option for extending the contract. Participation in the pre-proposal conferences or site visits for the initial award or any task orders is the responsibility of the offeror and is not directly reimbursable by the Government. The task order statements of work may be written based on Government/Contractor team cooperative scoping of the work. Each awarded task order will indicate a specific completion date and associated liquidated damages. Subsequent task orders may be awarded on either the best value continuum or lowest price technically acceptable. If the Government decides to issue the task order as a best value, award factors will vary depending on the unique requirements for each task order. IMPORTANT NOTICE: All contractors submitting bids, proposals, or quotes on Department of Defense solicitations must be registered in the Central Contractor Registration (CCR) prior to award of the contract. The purpose of this database is to provide basic business information, capabilities, and financial information to the Government. The CCR website can be accessed at www.ccr.gov. Reference is made to DFARS Clause 252.204-7004, Required Central Contractor Registration. All new contracts can ONLY be made to contractors who are registered in CCR. This requirement will apply to all solicitations and awards, regardless of the media used. For inquiries about the Phase I proposal, please contact Ms. Amy Franks, 847-688-2600 extension 415 or email amy.franks@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68950/N4008311D0001/listing.html)
- Place of Performance
- Address: See all listings within the description., Great Lakes, IL
- Zip Code: 60088
- Zip Code: 60088
- Record
- SN02311257-W 20101016/101014234125-3319bf90985dbd2e317f6f4cbe607030 (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 |