Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 27,1999 PSA#2503

Northern Division Naval Facilities Engineering Command, 10 Industrial Highway, Mail Stop #82, Lester, PA 19113-2090

Y -- VARIOUS ENVIRONMENTAL REMEDIATIONS, ENVIRONMENTAL MULTIPLE AWARD CONTRACT (EMAC) IN THE 12 STATES AREA OF CT, DE, MA, MD, ME, NH, NJ, NY, PA, RI, VA AND VT WITH A PREPONDERANCE OF WORK TO BE PERFORMED IN THE DE, MD, NJ, NY, PA AND VA AREAS.A SOL N62472-99-R0824 DUE 033100 POC Michelle Donnelly, Contract Specialist, 610-595-0630 DESC: This is a Pre-Solicitation Notice: THIS SOLICITATION IS SET ASIDE FOR 8(A) CONTRACTORS ONLY. PROPOSERS MUST BE CERTIFIED AS 8(A) CONTRACTORS BY THE SMALL BUSINESS ADMINISTRATION PRIOR TO SUBMISSION OF A PROPOSAL. The SIC (Standard Industrial Classification) is 8744 and the Small Business Size Standard of 500 employees is applicable to this procurement. This solicitation will result in award of Environmental Multiple Award Contract (EMAC). The EMAC will include up to four (4) Indefinite Quantity Contracts with firm fixed price task orders. The work contemplated under this procurement shall include asbestos and lead paint abatement, under ground storage tank removals/replacements, demolition and limited soil removals. Projects may require developing documentation such as work plans, health & safety plans and closeout reports. The contaminants will include but are not limited to petroleum oils and lubricants (POL), asbestos, solvents, metals, acids, bases, reactives, polychlorinated biphenyls (PCBs) and pesticides. The work will be concentrated at, but not limited to the Mid-Atlantic region which includes New York, New Jersey, Pennsylvania, Delaware, Maryland and Virginia. Award of the seed project will be made to the responsible offeror whose proposal, conforming to this solicitation, is considered to be the most advantageous to the Government as a result of a Best Value evaluation, price and other factors considered. The task orders under the contract will be issued for environmental remediation projects. The Request for Proposal procedures will be utilized for this procurement. Interested firms will be required to respond to evaluation factors as set forth below. The evaluation factors may include 1)Past Performance, 2)Management Approach, 3)Specialized Technical Experience, Expertise and Qualifications. (THIS SOLICITATION IS SET-ASIDE FOR 8(A) CONTRACTORS) The Request for Proposal package will be available 29 February 2000 and the estimated receipt of proposals date is 2:00 p.m. on 31 March 2000at Northern Division, Naval Facilities Engineering Command, 10 Industrial Highway, MS 82, Tinicum Industrial Park, Lester, PA 19113-2090. The maximum value of this contract will be $15 million over the 5 years of contract performance. A bid guarantee in the amount of $1.5 million to remain in effect throughout the full term of the contract will be required to be submitted with the proposal. The anticipated range for each task order will generally be between $25 thousand and $1 million dollars. The seed project includes the removal and replacement of 13 above ground storage tanks at the Naval Support Station, Mechanicsburg, PA. The estimated cost range for this seed project is $25,000.00- $100,000.00. Davis Bacon Wages will be applicable to this project. The seed project will not require design services. The seed project will be awarded under the RFP N62472-99-R-0824. Each of the four contracts awarded will contain a minimum guarantee of $50,000.00 over the five years of contract performance. Should there be contractors who are unable to competitively secure a task order to meet the minimum guarantee, award factors may be modified in order to ensure each participating contractor is awarded task orders meeting the minimum guarantees. All contractors awarded a contract will competitively quote on the subsequent task orders. Award of a task order may be made to only one firm if it is necessary to place an order to satisfy a minimum guarantee. The solicitation will incorporate an initial or seed project for award. Potential proposers may be required to participate with the Government in an on-site scope meeting for the project to be placed under the contracts. Failure to submit technical and price proposals on future task orders may result in the Government not placing future orders on the contract. Participation in the pre-proposal conference or site visits for future task orders will be the responsibility of the offerors and are not directly reimbursable by the Government. Task orders may require multi-disciplined remediation and abatement services in all aspects environmental projects. All key professional disciplines (architectural/engineering) shall be registered. THIS SOLICITATION IS SET-ASIDE FOR CERTIFIED 8(A) CONTRACTORS IN SBA REGION II AND III. A second CBD notice will be issued to explain the fee requirements for obtaining copies of the solicitation documents. Per the Debt Collection Improvement Act of 1996, the Defense Federal Acquisition Regulation Supplement (DFAR) has been amended to require all contractors to register in the Department of Defense (DOD) Central Contractor Registration (CCR) Database. Be advised for solicitation issued after May 31, 1998, failure to register in the CCR makes an offeror ineligle for award of DOD contracts. Information regarding this registration may be obtained by accessing our website at www.ccr2000.com or by referring to DFARS Subpart 204.73. Offerors should submit vertification of their firm's registration in the CCR Database with their proposal. Questions concerning the subject notice are to be directed to Ms. Michelle Donnelly, Contract Specialist, Code 02A, at (610) 595-0630. Posted 12/22/99 (W-SN410973). (0356)

Loren Data Corp. http://www.ld.com (SYN# 0123 19991227\Y-0009.SOL)


Y - Construction of Structures and Facilities Index Page