SOLICITATION NOTICE
F -- Indefinite Delivery Indefinite Quantity (IDIQ) Contract for Environmental Remedial Action Contract for Sites in Hawaii, Guam, and Other Areas within the Naval Facilities Engineering Systems Command Pacific Area of Responsibility
- Notice Date
- 4/29/2021 10:48:38 AM
- Notice Type
- Presolicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- NAVAL FAC ENGINEEERING CMD PACIFIC JBPHH HI 96860-3134 USA
- ZIP Code
- 96860-3134
- Solicitation Number
- N62742-20-R-1801
- Response Due
- 5/13/2021 12:00:00 AM
- Archive Date
- 05/31/2021
- Point of Contact
- Vanessa Menor, Phone: (808) 472-1187
- E-Mail Address
-
vanessa.menor@navy.mil
(vanessa.menor@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This procurement is to obtain services for performing remedial actions at environmentally contaminated sites, predominantly located at Navy and Marine Corps installations and other Government agencies. 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) regulations, state specific regulations, and other sites which might require remedial action. � Potential tasks will include but are not limited to:� Performing removal actions, remedial actions, expedited and emergency response actions at sites, pilot and treatability studies, facility operation, maintenance and instruction, other related activities associated with returning sites to safe and acceptable levels, munitions response program clean up and closure, and range clean ups and closures, RCRA closures, site characterizations, hydrographic surveys, groundwater characterization studies, harbor sediments removal and remediation, closure and/or replacement of underground storage tanks or above ground storage tanks, providing anti-terrorist/force protection (ATFP) hazardous material (hazmat) release incident responses and remediation of ATFP-related hazmat such as anthrax or any chemical, biological, or radiological (CBR) agent, munitions response quality assurance (QA), and preparing appropriate documentation of planned and completed actions. The contaminants included are predominately solvents, POLs, metals, acids, bases, reactives, non-explosive ordnance residues or compounds, polycyclic aromatic hydrocarbons (PAHs), polychlorinated biphenyls (PCBs), per-and polyfluoroalkyl substances (PFAS), MEC (including all types of discarded military munitions and unexploded ordnance), emerging contaminants, and pesticides.� Contaminants may be present in soils, marine or freshwater sediments, groundwater, air, sludge, surface water, and manmade structures.� Contaminated sites may be landfills, hazardous waste treatment storage and disposal facilities, tanks, lagoons, firefighting training areas, small arms ranges, or other facilities.� The work to be ordered under this contract will be performed at various locations within the Naval Facilities Engineering Command (NAVFAC) Pacific area of responsibility (NAVFAC Far East, NAVFAC Hawaii, NAVFAC Marianas, NAVFAC Northwest, and NAVFAC Southwest).� Work may also be added and performed anywhere outside of the NAVFAC Pacific area of responsibility, as required by the Government.� �� The contract will be Cost-Plus-Award-Fee (CPAF), Indefinite Delivery/Indefinite Quantity (ID/IQ) type contract. The contract term will be a base period and four one-year option periods. The minimum guarantee in the amount of $5,000 will be offered for the base period only, and the total maximum value of the contact is $245million. �The Government will not issue a synopsis when exercising the option(s).� THIS IS A TOTAL SMALL BUSINESS SET?ASIDE.� The North American Industry Classification System (NAICS) Code is 562910, Environmental Remediation Services.� Small business size standard is 750�employees. A single award will be made under this solicitation.� Contract award will be made to the offeror proposing the best value to the Government from a non-cost and cost standpoint.� All technical evaluation factors, when combined, are considered of equal importance to Past Performance.� All non-cost evaluation factors, when combined, are considered significantly more important than the cost.� The non-cost evaluation factors are anticipated to be as follows:� (1) Corporate Experience, (2) Safety, and (3) Past Performance.� The Request for Proposal (RFP) will be available on or about 13 May 2021. The RFP can be accessed at beta.sam.gov.� Amendments will be posted to the BETA SAM website at beta.sam.gov.� It is the offerors responsibility to check the BETA SAM website periodically for any amendment to the solicitation. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a4365f57f8a54d959878c4f133981865/view)
- Record
- SN05986981-F 20210501/210429230122 (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 |