Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2016 FBO #5346
DOCUMENT

99 -- Services to performing remedial activities at environmentally contaminated sites predominately at Navy and Marine Corps installations. - Attachment

Notice Date
7/11/2016
 
Notice Type
Attachment
 
NAICS
562910 — Remediation Services
 
Contracting Office
N62473 NAVFAC SOUTHWEST, ENVIRONMENTAL CONTRACTS CORE CODE RAQE0 1220 Pacific Highway San Diego, CA
 
Solicitation Number
N6247316N9999
 
Small Business Set-Aside
N/A
 
Description
Special Notice Announcement: The objective of this procurement is to obtain services for performing remedial activities (mostly Post-ROD stage) at environmentally contaminated sites predominately at Navy and Marine Corps installations. 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), or Military Munitions Response Program (MMRP), and other sites which might require remediation. This contract focuses primarily on environmental restoration projects, but could involve other environmental work such as compliance projects. The work to be ordered under this contract will be performed at various locations within Naval Facilities Engineering Command, Southwest (NAVFAC SW) footprint. Work may be located in Alaska, Arizona, California, Colorado, Nevada, New Mexico, Oregon, Utah, and Washington. Although these are the principal geographical areas of performance, the contractor may be required to perform at other Naval and Marine Corps activities within the NAVFAC area of responsibility. However, the majority of the work is expected to be performed in California. The NAICS Code for this acquisition is 562910. It is anticipated that the resulting contract may be a Multiple Award Contract with a twelve (12) month base period, and four (4), one year option periods, for a total maximum contract term of five (5) years. The aggregate maximum dollar value of this procurement, including the base year and four, one-year options shall not exceed $240M. This procurement is intended to be available for small businesses and may also be available for large businesses depending on the outcome of the Market Research. (The process will be described in detail at Industry Day). The purpose of this Industry Day is to provide a brief overview of the technical services required in the scope, evaluation process for the technical and price/cost factors using the cost model approach. We have provided a list of the various labor categories that will be used for the cost modeling that is available for review and comment. Please delete or add any labor categories that your firm would use to provide services for this solicitation. We welcome any suggestions or comments on the attachments that could be based on best practices and previous experience. Industry Day will be held on Monday, July 25, 2016 from 1:00pm to 2:00pm at 937 N. Harbor Drive, San Diego, CA 92132, Bldg 1, 3rd Floor, Nautical Room. Depending on number of responses, another day may be added on Tuesday, July 26, 2016 at the same time and location. Firms interested in attending Industry Day will need to provide their contact information (name of firm and individual attending, title, telephone number, email address, and the preference of Monday or Tuesday.) to the Contract Specialist, Elia Ram at elia.ram@navy.mil, no later than close of business on Thursday, July 14, 2016. An email will be sent out on Friday, July 15th with the dates that will be assigned to each firm. Some Firms may not be able to receive the date of their choice depending on the number of responses. Questions may be sent in advance via e-mail to Elia Ram (elia.ram@navy.mil), or may be dropped in a Comment Box that will be provided at the back of the room during the Industry Day to provide anonymity. However, it is preferred that questions are sent early via email to allow time to review and provide responses at the event. Enclosures: (1)Performance Work Statement (Section C) (2)Evaluation Factors (3)Labor Categories for Cost Modeling
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A6A/N6247316N9999/listing.html)
 
Document(s)
Attachment
 
File Name: N6247316N9999_Encl_1_Section_C_SOW_RAC_VII.pdf (https://www.neco.navy.mil/synopsis_file/N6247316N9999_Encl_1_Section_C_SOW_RAC_VII.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6247316N9999_Encl_1_Section_C_SOW_RAC_VII.pdf

 
File Name: N6247316N9999_Encl_2_Potential_Evaluation_Factors_RAC_VII.pdf (https://www.neco.navy.mil/synopsis_file/N6247316N9999_Encl_2_Potential_Evaluation_Factors_RAC_VII.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6247316N9999_Encl_2_Potential_Evaluation_Factors_RAC_VII.pdf

 
File Name: N6247316N9999_Encl_3_Labor_Categories_RAC_VII.pdf (https://www.neco.navy.mil/synopsis_file/N6247316N9999_Encl_3_Labor_Categories_RAC_VII.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6247316N9999_Encl_3_Labor_Categories_RAC_VII.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04177217-W 20160713/160711234213-6b440c1227ee99416f56ee9bcaf46e6d (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.