|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 22,1995 PSA#1475Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air
Force Base Ca 95652-1060 Z -- ENVIRONMENTAL REMEDIATION SOL F04699-95-R-0243 DUE 012296 POC For
copy, contact the info office indicated., For additional information
contact Foster.P1f/Pkop/916-643-0741 The Air Force invites proposals
for environmental remediation services for the McClellan Environmental
Technology Remediation Implementation Contract (METRIC), RFP
FO4699-95-R0243. This contract action will be primarily for removal and
remediation actions, and operations and maintenance (O&M) of
remediation systems. The primary work location is McClellan AFB and its
satellite locations which include Davis Transmitter Site, Lincoln
Receiver Site, and Camp Kohler. In addition, McClellan AFB has been
designated as an Environmental National Test Site and an Environmental
Process Improvement Center. To support these efforts, these contracts
may be used as the vehicle to implement innovative technologies and
concepts at other locations. Although this will primarily occur at
McClellan AFB, it is possible implementation will be required anywhere
within EPA Region 9, of the Continental United States. This includes
the states of Arizona, Nevada, and California. Estimated total program
value is $190M. Estimated program value for up to three contracts
under full and open competition will be $171M for a five-year ordering
period (Aug 96-Aug 01). Estimated program value for one partial small
business set-aside will be $19M for all five years. This source
selection announcement is in addition to the previous announcement for
subject RFP that appeared in the CBD on 24 Jul 95. A streamlined
source selection method will be used to award indefinite
delivery/indefinite quantity contracts with multiple pricing
arrangements covering the five-year ordering period and seven-year
performance period (Aug 96-Aug 03). Contract award will be to the
offerors whose proposals are determined to be the best suited to the
government's needs. Streamlined source selection procedures, as set
forth in AFFARS Appendix BB, will be used for this acquisition. This
means award will not be based strictly on the lowest price, but rather
on an integrated assessment of the areas and factors detailed in
Section M of the solicitation package. Based on the evaluation of each
offeror, the source selection authority will determine who receives
awardand how many awards will be made. A maximum of four (4) contracts
will be awarded as a result of this solicitation, but it is possible
fewer awards will be made depending on the quality and quantity of
proposals received. Multiple awards will be used to ensure adequate
resources are available to match the anticipated size of the workload
and to provide competition after award. One of the contracts has been
set aside for the highest rated small business, the others will be
awarded under full and open competition. We have mailed out over 400
copies of the draft RFP (DRFP). Since many of the requests were for the
source list only, the DRFP source list will not be used for the final
RFP. Firms responding to this announcement must request whether they
desire the entire solicitation or only the source list. Please provide
name of company, specify large or small, point of contact, phone
number, and fax number. The final RFP is scheduled to be issued on or
about 05 Dec 95. Offerors must mail/fax requests to Lloyd Foster,
Contracting Officer, SM-ALC/PKOP, 5120 Dudley Blvd., McClellan AFB CA
95652-1352; tel 916-643-0741; FAX 916-643-0744. The approximate
issue/response date will be 05 Dec 95. No telephone requests. Only
written or faxed requests received directly from the requestor are
acceptable. All responsible sources may submit a bid, proposal, or
quotation which shall be considered. An Ombudsman has been appointed to
hear concerns from offerors or potential offerors during the proposal
development phase of this acquisition. The purpose of the Ombudsman is
not to diminish the authority of the program director or contracting
officer, but to communicate contractor concerns, issues, disagreements,
and recommendations to the appropriate Government personnel. When
requested, the Ombudsman will maintain strict confidentiality as to the
source of the concern. The Ombudsman does not participate in the
evaluation of proposals or in the source selection process. Interested
parties are invited to call the Ombudsman, Allen Taylor at
916-643-5209 if your concerns are not satisfied by the contracting
officer. (Do not call this number to request copies of solicitations.)
(0324) Loren Data Corp. http://www.ld.com (SYN# 0168 19951121\Z-0001.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|