Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2012 FBO #4029
DOCUMENT

F -- Combination Firm Fixed Price and Indefinite Quantity Contract for Environmental Compliance Services to support of the Navy and other DOD installations - Attachment

Notice Date
12/3/2012
 
Notice Type
Attachment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
N40084 NAVFAC FAR EAST, OPAQ IPT PSC 473, Box 13, FPO AP 96349-0013 Building 1828, Tomari-cho, Yokosuka Kanagawa,
 
Solicitation Number
N4008413R0061
 
Response Due
12/21/2012
 
Archive Date
1/5/2013
 
Point of Contact
Tomoko Kanzaki, telephone Commercial 011-81-46-816-4095, DSN 315-243-4095 or Ms. Bai Perney Commercial 011-81-46-816-5715, DSN 315-243-5715
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). THERE WILL NOT BE A SOLICITATION OR SPECIFICATIONS AVAILABLE AT THIS TIME. This is a market research tool to determine the availability of sources prior to issuing the RFP. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Naval Facilities Engineering Command Far East (NAVFAC FE), implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. The Government is not responsible for the cost associated with any effort expended in responding to this notice. The Sources sought is intended for local sources in accordance with FAR 5.202(a)(12). Local sources are those persons or entities normally resident and licensed to conduct business in Japan. Offers from non-local sources will not be considered under this notice in accordance with the provisions of the U.S.-Japan Status of Forces Agreement. NAVFAC Far East is seeking eligible business firms capable of providing Environmental Compliance Services at various U.S. Navy, Marine Corps, Army and Air Force bases and facilities throughout Japan. The NAICS code for this proposed procurement is 541620. If the solicitation is issued, the solicitation will consist of a base period and two (2) options totaling three (3) years of performance. The anticipated total work to be issued over the life of the contract via task orders (base year plus two-year options) shall not exceed the estimated maximum amount of $6 million. Environmental compliance services required under this contract relate to several types of tasks to be conducted in accordance with commonly accepted professional engineering and scientific standards. In the absence of instructions from the Contracting Officer or designated technical representative, work conducted under this contract shall conform to the provision of the documents. Specific tasks will be defined in the contract Task Order. The types of tasks for this contract include, but are not restricted to the following: - AIR SOURCE INVENTORIES, STUDIES, AND MANAGEMENT PLANS - DRINKING WATER STUDIES AND PLANS - WASTEWATER STUDIES AND PLANS - HAZARDOUS WASTE PLANS - SOLID WASTE MANAGEMENT PLANS AND STUDIES - PESTICIDE PLANS - CULTURAL RESOURCES PLANS AND SURVEYS - NATURAL RESOURCES PLANS AND SURVEYS - POLYCHLORINATED BIPHENYL INVENTORIES AND MANAGEMENT PLANS - ASBESTOS AND LEAD-BASED PAINT INVENTORIES AND PLANS - SPILL PREVENTION AND RESPONSE PLANS - UNDERGROUND STORAGE TANK INVENTORIES, PLANS, AND STUDIES - GEOGRAPHICAL INFORMATION SYSTEMS (GIS). - LABORATORY SERVICES - OTHER PLANS, STUDIES, AND DELIVERABLES The successful contractor to any forthcoming solicitation shall provide all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide the services at U.S. Navy, Marine Corps, Army and Air Force bases and facilities throughout Japan, including U.S. Naval Stations Yokosuka and Sasebo, NAF Atsugi, Yokota Air Force Base, Misawa Air Base, MCAS Iwakuni, on mainland Japan and MCB Camp Butler, Okinawa and Commander Fleet Activities Okinawa and their supported outlying Facilities. The preponderance of the work under this contract shall involve the accomplishment of work in the major categories, included but not limited to in the Performance Work Statement (PWS). Statement of Capabilities Submittal Requirements: Interested firms should submit information as to the capabilities, capacity and experience to perform the tasks set forth in the Draft PWS. The Statement of Capability (SOC) will determine the feasibility and/or basis for the Navy ™s decision to proceed with acquisition. Interested firms must submit a SOC, which describes, in detail, the firm ™s capability of providing these services at various Military and other Federal facilities worldwide. Your SOC shall include the following: (1) full name and address of the firm; (2) year firm was established; (3) name of two principals (including titles, telephone and fax numbers (4) indicate if the firm is registered in the Department of Defense (DOD) Central Contractor Registration (CCR) database, include DUNS Number and CAGE Code; (5) provide information on recent past projects that best illustrate your qualifications for this contract. List up to five projects performed within the last five years. Provide information on experience of key personnel showing experience in providing inspection/assessment services. Provide the following information for each project listed: a) Contract number and project title; b) Name of contracting activity; c) Administrative Contracting Officer ™s name, current telephone number; d) Contracting Officer ™s Technical Representative or primary point of contact name and current telephone number; e) Contract type (e.g., cost plus, requirements, firm fixed-price, indefinite delivery/indefinite quantity, or combination); f. Period of performance (start and completion date); g. Basic contract award amount and final contract value; h. Summary of contract work. i If award fee or award term incentivized, average performance rating received. The Government reserves the right to request additional information as needed, from any and all respondents. Submitted information shall be UNCLASSFIED. The SOC must be complete and sufficiently detailed to allow for a determination the firm ™s qualifications to perform the defined work. The SOC must be on 8 by 11-inch standard paper, single spaced, 12 point font minimum and is limited to 20 single sided pages (including all attachments). Responses are due on Friday, 21 December 2012, by 4:00 PM Japan Standard Time (JST). The package shall be sent either by mail to the following address: Naval Facilities Engineering Command, Far East, IPT, OP3A (ATTN: Ms. Tomoko Kanzaki) PSC 473, Box 13, FPO AP 96349, or electronically to tomoko.kanzaki.ja@fe.navy.mil. Submissions must be received at the office cited no later than 4:00 P.M. (JST) time on 21 December 2012. No escort service and pick up service for the submissions at the main gate is provided. Questions or comments regarding this notice may be addressed to Tomoko Kanzaki either by e-mail tomoko.kanzaki.ja@fe.navy.mil or by telephone 011-81-46-816-4095.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40084/N4008413R0061/listing.html)
 
Document(s)
Attachment
 
File Name: N4008413R0061_N4008413R0061_ENVIRONMENTAL_COMPLIANCE_SERVICES.msg (https://www.neco.navy.mil/synopsis_file/N4008413R0061_N4008413R0061_ENVIRONMENTAL_COMPLIANCE_SERVICES.msg)
Link: https://www.neco.navy.mil/synopsis_file/N4008413R0061_N4008413R0061_ENVIRONMENTAL_COMPLIANCE_SERVICES.msg

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02941566-W 20121205/121203234647-1390962637ba83de8ab4181c21206ecd (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.