SOLICITATION NOTICE
C -- Nationwide MARFORRES Hazardous and nonHazardous Waste Disposal and Environmental Services. This Sources Sought corrects the solicitation number N40085-00-R-0001 and NAICS Code 562111.
- Notice Date
- 3/11/2020 8:03:24 AM
- Notice Type
- Presolicitation
- NAICS
- 562112
— Hazardous Waste Collection
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N40085-20-R-0001
- Response Due
- 3/26/2020 11:00:00 AM
- Archive Date
- 04/10/2020
- Point of Contact
- Welton Thomas, Contract Specialist, Phone: 7573410689
- E-Mail Address
-
welton.thomas@navy.mil
(welton.thomas@navy.mil)
- Description
- PRE-SOLICITATION SYNOPSIS NATIONWIDE SUPPORT TO MARINE FORCES RESERVE IN DISPOSING OF HAZARDOUS AND NONHAZARDOUS WASTE AND PROVISION OF ENVIRONMENTAL COMPLIANCE SERVICES (N40085-20-R-0001) This is not a request for either a quote or proposal, or an invitation for bid.� The intent of this pre-solicitation synopsis is to notify potential Offerors of an Indefinite Delivery-Indefinite Quantity (IDIQ), Performance-Based Type Contract, with recurring and non-recurring services for Hazardous Waste Disposal and Environmental Services at Marine Forces Reserve (MARFORRES) Nationwide. The proposed contract will be an IDIQ, performance-based contract with recurring and non-recurring services for Hazardous Waste Disposal and Environmental Services at MARFORRES Nationwide. �The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, VA is seeking to identify eligible firms capable of providing all labor, management, supervision, tools, material, equipment, facilities, transportation and other items to perform regulated hazardous and nonhazardous waste disposal and environmental services necessary in support of Marine forces reserve nationwide. The proposed contract is a Full and Open procurement.� The government will not consider offers from other than small businesses.� The North American Classification System (NAICS) for this procurement is 562212; the size standard is $41.5M.� Offerors shall be submitted for the performance of work for a period of one year.� The Government has the option to extend the term of the contract services for additional periods of one to twelve months. The contract will be for a base period with four (4) one-year option periods, which, cumulatively, will not exceed sixty (60) months. When it becomes available, offerors can view and/or download the solicitation and any attachments at the Beta Systems for Awards website: https://beta.sam.gov. Notification of any updates or amendments to the solicitation will be posted via the website only. Contractors are encouraged to register on the Beta Systems for Awards website.� Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. IT IS THE SOLE RESPONISBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to register in the System for Award Management (SAM) database. Failure to register in the SAM database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at https://www.sam.gov/portal/SAM/. The solicitation will be made available on or about 26 March 2020.� The estimated proposal due date shall be at least 30 days after the RFP is posted.� Contractors - Technical inquiries must be submitted in writing to Welton Thomas (welton.thomas@navy.mil) 10 days prior to the RFP due date. Offerors will be evaluated using the BEST VALUE TRADEOFF PROCESS method.� Source Selection procedures will be used to select the best value offeror using tradeoff analysis in accordance with FAR Part 15 � Source Selection Process. The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal, conforming to the Request for Proposals (RFP), will be advantageous to the Government price and other evaluation factors considered. The Offeror�s proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The solicitation requires the evaluation of price and the following non-price factors: Factor 1 � Management Approach, Factor 2 � Recent, Relevant Experience of the Firm, Factor 3 � Safety, Factor 4 � Small Business Utilization, and Factor 5 � Past Performance.� The relative importance of non-cost/price factors is that Factors 1, 2,� 3, and� 4 are of equal importance to each other and, when combined, are equal in importance to the past performance evaluation/performance confidence assessment Factor 5 (Past Performance). When the proposal is evaluated as a whole, the technical factors and past performance/performance confidence assessment factor combined (i.e., the non-cost/price evaluation factors) are approximately equal to price.� The importance of price will increase if the Offeror's non-cost/price proposals are considered essentially equal in terms of overall quality, or if price is so high as to significantly diminish the value of a non- cost/price proposal's superiority to the Government. Award will be made to the responsible Offeror whose offer conforms to the solicitation and represents the best value to the Government, price and non-price factors considered. Factor 2 Recent, Relevant Experience of the Firm and Factor 4 Past Performance: The Offeror shall submit projects that are similar in size, scope and complexity to the solicitation. Size: An environmental service contract with a yearly value of at least $600,000 or greater per year for recurring and non-recurring services.�� Executed work for Individual Indefinite Quantity / Indefinite Delivery task orders for non-recurring work will be considered similar in size. Scope:�� Demonstrate experience providing multi-state, regional and/or nationwide regulated waste disposal management and environmental services nationwide. a.� Demonstrate ability to provide regulated waste management services include the coordination, scheduling, collection, testing, waste profiling and permitting, transportation, disposal, maintaining a customer accessible web-based document information system, for hazardous, non-hazardous, other regulated waste, and universal wastes with the regulations, policies, and instructions listed in this RFP.� Demonstrate experience in providing collection and disposal services on nationwide scale within the timeframes contained in this RFP.��� b. Demonstrate experience in providing Environmental services to include:� laboratory analysis, sampling and building environmental surveys; parts washers; oil and hazardous substance spill response; petroleum storage tank inspection maintenance and repair; oil water separator inspection and repair; radon mitigation system inspection, maintenance, repair; Hazmat facility equipment maintenance and repair and suppression system inspection and certification; used absorbent pad and material service; waste accumulation area set-up and installation; environmental and safety signage installation; and spill prevention and containment installation as defined by the RFP. NOTE:� Items shown above are not listed in order of importance. Offerors that are able to demonstrate relevant experience in a greater number of these servies may be considered more favorably.� Experience on the various services may be demonstrated collective throughouth the relevant projects submitted.� Subcontractor experience may be provided for specific work elements only if that subcontractor is proposed to perform work on this requirement.� However, the offeror must demonstrate experience as prime contractor on at least one relevant project.� Subcontrator experience will not be substituted for prime contractor experience in any case.� Projects submitted for consideration shall be provided on Attachment D, Recent Relevant Experience Form with details that include percentages of work completed for both prime and proposed subcontractors. Complexity: Demonstrate the ability to respond simultaneously to multiple service requirements for a wide-range of regulated waste disposal and environmental services at multiple locations and facilities as defined in the supporting annexes.� Demonstrate the ability to manage competing priorities in order to support customer demands. Projects submitted for the offeror shall be current or completed within the past five (5) years of the date of issuance of this RFP. For projects contracts containing multiple years, at least the base year or first contract year shall be completed.� NOTE: Offerors MUST be evaluated as technically ACCEPTABLE under factors 1, 2, 3, 4, and 5 in order to be considered technically acceptable overall. THIS SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The government will not provide hard copies (paper sets) or CD-ROMs of RFP, Plan Holder List or other contract documents.� The government will not accept telephone, e-mail or facsimile requests for copies.� Notification of any changes (amendments) to the solicitation will be done via https:// beta.sam.gov .� It will be the responsibility of the contractor to check the website daily for any and all amendments to the solicitation. NOTE: All prospective contractors are required to be registered in the System for Award Management (SAM) database.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a33cb0080b3043f4a254c24e0e937fa5/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05585544-F 20200313/200311230145 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |