Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2020 SAM #6961
SOURCES SOUGHT

99 -- Remedial Action Operation Multiple Award Contract NAVFVAC MIDLANT AOR

Notice Date
12/18/2020 11:04:30 AM
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008521R0149
 
Response Due
1/8/2021 11:00:00 AM
 
Archive Date
01/23/2021
 
Point of Contact
Andre Forte, Phone: 7573411974
 
E-Mail Address
andre.forte@navy.mil
(andre.forte@navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. THE GOVERNMENT IS NOT OBLIGATED TO AND WILL NOT PAY FOR ANY INFORMATION RECEIVED FROM POTENTIAL SOURCES AS A RESULT OF THIS NOTICE. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible Small Businesses, 8(a), HUBZone, Service-Disabled Veteran Owned, and/or Women-Owned Small Businesses capable of performing �the proposed contracts. NAVFAC MIDLANT anticipates awarding an Indefinite Delivery Indefinite quantity Remedial Action Operations Multiple Award Contract(s) (RAOMAC) for projects within its Hampton Roads, West Virginia, North Carolina, South Carolina Area of Responsibility. �This area includes the following installations: Naval Station, Norfolk, Virginia, and outlying facilities within 50 miles of Naval Station, Norfolk; Joint Expeditionary Base Little Creek Fort Story, Virginia Beach and outlying facilities within 50 miles of Naval Amphibious Base Little Creek; Naval Air Station Oceana, Virginia Beach including Dam Neck Naval Training Center, Virginia Beach and outlying facilities within 50 miles of Naval Air Station Oceana; Naval Weapons Station Yorktown, York County, Virginia including Cheatham Annex, Williamsburg, and outlying facilities within 50 Miles of Naval Weapons Station Yorktown; Norfolk Naval Shipyard, Portsmouth including Portsmouth Naval Hospital, and St. Juliens Creek Annex, Portsmouth and outlying properties within 50 miles of Norfolk Naval Shipyard, Alleghany Ballistics Laboratory, MCB Camp Lejeune, MCAS Cherry Point as well as auxiliary installations in North Carolina associated with those installations, MCAS Beaufort, MCRD Parris Island as well as auxiliary installations in South Carolina associated with those installations. These contract(s) will require the ability to manage multiple task orders concurrently. Work includes, but is not limited to, sites regulated under Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), Resource Conservation and Recovery Act (RCRA), Underground Storage Tanks (UST), Clean Water Act, Clean Air Act, Natural Resources, and other environmental programs, which might require corrective action, mitigation, sampling, inspection programs, studies, or remedial action. This contract focuses primarily on environmental services and environmental studies but could involve other environmental work such as compliance projects. All work shall be in accordance with Department of the Navy Environmental Restoration Program Manual, OPNAV M-5090.1, MCO 5090.2a, and all other appropriate federal, state, and local laws and regulations. The selected contractor(s) will be responsible for all labor, materials, appurtenances, transportation, equipment, and supervision required to accomplish environmental services entailing a wide range of projects. General Work Requirement: The Contractor shall provide the personnel, tools, equipment, materials, transportation, and management to perform the services as required and negotiated in each individual task order. These services may include but not limited to: *Operation, maintenance, inspection, repairs, modifications and removal and dismantling of existing�remedial treatment systems��� according to established procedures *Construction of environmental removal actions/remedies; as well as field modification to treatment facilities, storage systems and spill containment/control processes *Documenting and reporting findings *Other relating activities associated with restoring areas to safe and acceptable condition *Treatment systems can include tanks, POL pipelines, storm water drains, oil water separators, pumps� and manholes *Provide inspections, cleaning, maintenance and repair per State Regulations *Hazardous materials / hazardous waste / Toxic substances management, sampling, analysis, removal and�Reporting The types of systems will include but are not limited to: Groundwater Treatment Plants (GWTP) Various types of soil caps and RCRA landfill caps Subslab depressurization systems Air sparging, soil vapor extraction, bioslurper and free product recovery systems Wastewater treatment facilities Bioremediation systems Natural Attenuation Monitoring of groundwater wells Disposal and Storage of investigative derived waste Sampling and analysis of various media including water, soil, sediment, air and vapor � In addition to performance of the specific services listed above, the contractor will generally be Responsible for maintaining records and preparation of written documents such as Operation and Maintenance (O and M) plan modifications, work plans, health and safety plans, sampling and analysis plans (SAP), and waste management plans connected with such services. The contractor may also be required to provide proposed solutions to technical problems and optimization. � The work also includes performing indefinite quantity work such as maintenance, repair, and/ or construction directed by the Contracting Officer via issued Task Orders. �It is anticipated approximately three (3) to five (5) contracts will be awarded as a result of this potential solicitation. The duration of the contract(s) will be for one year from the date of contract award with four (4) one-year option periods. The total five �year (base and four one-year options) estimated cost for all contracts will not exceed $30 million for the life of the contract. The preponderance of the work issued under these contracts will be between $50,000 and $250,000; however, smaller and larger dollar value projects may be considered . The primary North American Industry Classification System (NAICS) Code for this procurement is 562910 - Environmental Remediation Services, with a size standard of 500 employees.� The contract(s) will include FAR clause 52.219-14 Limitations on Subcontracting, which states, �The concern will perform at least 25 percent of the costs of the contract, not including the cost of material, with its own employees.� Firms must be able to demonstrate bonding capacity for an aggregate amount of $4,000,000 per year. Please clearly identify the following information in Block 3, of the Contractor Information Form and provide a letter from the surety. It is requested that interested small businesses respond to this sources sought announcement by using the forms provided under separate files titled Sources Sought Contractor Information Form (form attached) and Project Data Form (form attached). These forms are required. Information not provided may prohibit your firm from consideration. The Project Data Form shall be used to document a minimum of three (3) and a maximum of (5) relevant environmental projects completed in the past five (5) years that best demonstrate your experience on projects that are similar size, scope, and complexity to the projects proposed for this MAC. Size: Projects submitted shall include a variety of environmental projects, each greater than or equal to $100,000. Scope/Complexity: A relevant project is further defined as demonstrating the capability perform a variety of environmental projects (i.e., removal actions, remedial activities, monitoring operation, environmental studies, and general environmental services.) Additionally, submitted relevant projects shall demonstrate the following characteristics: a) Experience as the prime contractor or subcontractor on submitted projects. Clearly indicate whether the Firm was the prime or subcontractor on the submitted project.� If the Firm was the prime, describe their primary role/duties in execution of the work on the submitted project. If the Firm was a subcontractor on the submitted project, the description, duration and cost of the work provided should reflect the work performed by them as the subcontractor, and not work under the project as a whole. b) A capability statement that demonstrates the company owns and employs the appropriate labor and equipment to execute the workload. c) A list of current employees able to serve as a Project Superintendent, Quality Control Manager, and/or Sight Safety and Health Officer (SSHO). Please note that if you are responding as an 8(a) Mentor-Prot�g�, you must indicate that percentage of work to be performed by the prot�g�. A copy of the SBA letter stating that your 8(a) Mentor-Prot�g� agreement has been approved would be required with you proposal, if requested. This notice is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and ultimate issuance of an award. Upon review of industry responses to this sources sought notice, the Government will determine whether a set-aside procurement in lieu of full and open competition is in the Government�s best interest. Large Business submittals will not be considered. The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for the purpose of verifying performance.� RESPONSES ARE DUE ON 08 January 2021 by 2:00 PM EST. LATE RESPONSES WILL NOT BE ACCEPTED. The submission package shall be sent via email to andre.forte@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b78a8e71f3e643e297f030a4d974cc7c/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05878108-F 20201220/201218230115 (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 |
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.