Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2018 FBO #5910
SOLICITATION NOTICE

R -- Environmental Multiple Award (EMAC) solicitation for Environmental Remediation Services at various locations in Alaska, Arizona, California, Colorado, Nevada, New Mexico, Oregon, Utah, and Washington

Notice Date
1/26/2018
 
Notice Type
Presolicitation
 
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
N6247318R2003
 
Response Due
3/15/2018
 
Archive Date
5/15/2018
 
Point of Contact
Elia Ram (619) 532-2195
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Pre-Solicitation Notice N62473-18-R-2003 The Naval Facilities Engineering Command, Southwest, San Diego, CA, is preparing to release a competitive 8(a) Environmental Multiple Award (EMAC) solicitation for Environmental Remediation Services at various locations in Alaska, Arizona, California, Colorado, Nevada, New Mexico, Oregon, Utah, and Washington. This solicitation is being restricted to qualified 8(a) firms. The resulting contract(s) will be Firm-Fixed Price (FFP), Indefinite-Delivery/Indefinite-Quantity (IDIQ). The intent is to award three to five FFP/IDIQ multiple award contracts under the North American Industrial Classification System (NAICS) Code 562910, Remediation Services. The small business size standard is $20.5 million. Contracts will be awarded for a base period of 18 months and one 42-month option period for a maximum total of 5 years. The aggregate value of all task orders issued under the contract(s) will not exceed $95,000,000. Fair opportunity will be provided for all resulting task orders in accordance with FAR 16.505(b). 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 systems operation and maintenance; corrective actions; groundwater monitoring 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, asbestos and lead based paint assessment and removal. Services to operate, maintain, monitor, and optimize performance of remedial systems including the implementation of monitoring plans. Types of remedial systems to be operated, maintained, and monitored may include but is not limited to: capped landfills, pump-and-treat remediation, bioremediation, soil vapor extraction, natural attenuation, bioventing, air sparging, reactive walls, thermal treatment, phytoremediation, soil washing, capped aquatic environments, storm water systems, and free product recovery. Contract focuses primarily on environmental restoration projects but could involve other environmental work such as compliance services under the Clear Air Act, Clean Water Act, Safe Drinking Water Act, the Toxic Substances Control Act (TSCA), any subsequently promulgated federal, state, and local laws and regulations, and any applicable DoD, Navy and/or Marine Corps policies, procedures, and instructions. Formal source selection procedures will be followed as prescribed by Federal Acquisition Regulation (FAR) Part 15 and FAR Supplement as applicable. Contracts will be awarded using best value tradeoff source selection process. Awards will be made to the responsible Offerors whose offer conforms to the solicitation and represents the best value to the Government, price and non-price factors considered: Factor 1: Specialized Experience, Factor 2: Safety; Factor 3: Technical Approach “ Proposed Task Order 0001 (PTO 0001); Factor 4: Past Performance; Factor 5: Price. The solicitation will be available by electronic media under pre-solicitation notice N62473-18-R-2003 and can be viewed and downloaded from Federal Business Opportunities online located at https://www.fbo.gov on or about February 12, 2018. There will be no paper copies of this solicitation issued. Amendments will be posted on the www.fbo.gov website for downloading. This will be the only method of distribution; therefore, it is the offeror(s) responsibility to check the website periodically for any amendment(s) to this solicitation. Offeror(s) must be registered in the Systems for Award Management (SAM) at www.sam.gov and meet eligibility requirements to participate in this procurement. Plan holders list will not be faxed and will be available only at the NECO Internet website address listed above. The closing date set for receipt of proposals is March 29, 2018. Facsimile or email proposals are NOT acceptable. Late proposals will be handled in accordance with FAR 15.208. The Contract Specialist for this solicitation is Elia Ram at 619-532-2195. Questions should be submitted by email to elia.ram@navy.mil. The Contracting Officer for this solicitation is Claudia Ramirez at 619-532-4150, email at Claudia.ramirez@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A6A/N6247318R2003/listing.html)
 
Record
SN04800912-W 20180128/180126230819-1337983e63590cd3774efe1ac23852d8 (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.