SOLICITATION NOTICE
F -- SYNOPSIS OF THE BECSRC EASTERN EPA REGIONS 1-4
- Notice Date
- 3/19/2015
- Notice Type
- Presolicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- AFICA - AFICA- CONUS
- ZIP Code
- 00000
- Solicitation Number
- FA8903-15-R-0024
- Point of Contact
- John W. Beeman, Phone: 2103958671, Richard H. Compton, Phone: 2103958674
- E-Mail Address
-
john.beeman.1@us.af.mil, richard.compton.4@us.af.mil
(john.beeman.1@us.af.mil, richard.compton.4@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A SYNOPSIS OF THE BECSRC EASTERN EPA REGIONS 1-4 1. This requirement is to provide a full range of responsive environmental remediation actions necessary to protect human health and the environment. It includes rapid response and removal of environmental media contaminations and site restoration activities located on BRAC bases in EPA regions 1-4 (Eastern). The BECSRC will include a 5-year ordering period with 24 additional months for performance completion. 2. The purpose of setting up each "BECSRC" is to have a PK tool in place for "pop-up" requirements. Pop-ups are frequently occurring small, unplanned and out-of-cycle requirements that typically require a quick initial response from the Air Force. A Requirements Contract is the most suitable contract vehicle 1) because the nature of pop-ups are the AFCEC cannot predetermine the precise quantities of services that will be needed during the ordering/performance period and 2) because requirements contracts are set up with only one contractor to provide service (FAR 16.503) which agreeably shortens the acquisition timeline. AFCEC/CIB has been looking for a way to streamline acquisition timelines to address time sensitive requirements. A Requirements Contract very neatly provides a solution to these issues/considerations. 3. Source selection is being conducted using a phased evaluation process which is sometimes referred to as a "down-select" as well as using Full Trade-off source selection criteria. Volumes I & II will be required in "Phase 1" and Volumes III & IV in "Phase 2". In accordance with FAR 15.304(e), all evaluation factors other than Cost/Price, when combined, are: significantly more important than cost or price. To make the process more efficient, the CO is limiting the amount of information that offerors must submit initially in order to minimize the amount of material interested offerors must prepare and the government must evaluate in order to conduct this source selection. The Evaluation Factors: Factor 1: Technical Sub-factor 1.1: Managerial Approach Sub-factor 2.1: Corporate Experience Factor 2: Past Performance Factor 3: Cost/Pricing 4. IAW DoD SS procedures and FAR part 15 offerors will be promptly notified in writing if their proposals are excluded from the competitive range or otherwise eliminated from the competition. Evaluation Notices (ENs) will be sent to all offerors within the competitive range instructing them to provide the Phase II volumes of their proposal(s). Volume III is the required Pricing and Volume IV includes a Sample Task Order. Volume III instructions include a Unit Pricing Matrix and a Labor Rates Matrix. The goal is to obtain unit pricing and pre-priced discrete deliverables to the maximum extent practicable in order to streamline proposal preparation and proposal evaluations at the task order level. CLIN STRUCTURE: 0001 Environmental Services (FFP) 0003 Environmental Remediation (FFP) 0002 Environmental Services (CPFF) 0004 Environmental Remediation (CPFF) 0005 Data NSP (FFP) 0006 Data NSP (CPFF) 0007 Travel (CPFF)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9a89ac657e92275b6c5b302a64c359aa)
- Place of Performance
- Address: BRAC Eastern Region Installations (EPA Regions 1-4), United States
- Record
- SN03673068-W 20150321/150319235214-9a89ac657e92275b6c5b302a64c359aa (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 |