Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 26, 2001 PSA #2984
SOLICITATIONS

99 -- ENVIRONMENTAL BASIC ORDERING AGREEMENTS (BOA) RAO/LTM

Notice Date
November 21, 2001
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, 2155 Eagle Drive, North Charleston, SC, 29406
ZIP Code
29406
Solicitation Number
N62467-01-R-0433
Response Due
January 3, 2002
Point of Contact
Robert Hess, Contract Specialist, Phone 843-820-5619, Fax 843-820-5848, Email hessrw@efdsouth.navfac.navy.mil -- Richard Stanley, Contract Specialist, Phone 843-820-5939, Fax 843-818-6903, Email stanleyre@efdsouth.navfac.navy.mil
Description
The Naval Facilities Engineering Command Southern Division is seeking interest from 8(a) firms in the Small Business Administration Regions 4, 5, 6, 7 and 8 including participants with bona-fide place of businesses in these areas. The Navy is targeting the issuance of an indeterminate number of Basic Ordering Agreements (BOAS) to be selected from qualified 8(a) contractors serviced by District Offices within the Small Business Administration Regions 4, 5, 6, 7 and 8. The term of the BOAs will be for five (5) years. BOAs are designed to provide enhanced contracting opportunities to qualified firms under the 8(a) program serviced by the U.S. Small Business Administration (SBA) District Offices. The BOA is not a contract but a written instrument of understanding negotiated between the Naval Facilities Engineering Command Southern Division (NAVY) and the SBA to facilitate the expeditious acquisition of covered services, if and when ordered, via Task Orders awarded to 8(a) firms. The BOA will include contract clauses, provisions, certifications, terms and conditions, which will apply to each Task Order, to the extent referenced in the Task Order. Each Task Order issued under the BOA shall constitute a separate contract. Each Task Order may contain pre-priced options for the continued performance of environmental work under the Task Order. When the Navy has a specific work requirement suitable for accomplishment under the BOA, they will provide a written statement of work detailing the work to be accomplished to the 8(a) BOA holding contractors and request a price and technical proposal. A BOA contractor will then be selected on the basis of ?best value? technical and price or ?low price, technically acceptable? criteria and will be issued a task order wherein the BOA contractor will be required to furnish all labor, materials, supervision, laboratory testing, equipment required of the statement of work such that the work can be accomplished expeditiously and in a manner directed by the Contracting Officer. The ?best value? process will consider such factors as Past Performance, Technical Qualifications, Management Approach and Price. The contractor will be required to furnish a bid bond with each proposal over $25,000. Performance and Payment bonds may be required for each proposal. The BOA Task Orders will be restricted to the BOA holders in the SBA District Offices in the state where the environmental work is to be performed. However, the Government reserves the right to open the area of competition if adequate competition can not be obtained via a single District Office. There is no guaranteed minimum dollar amount or volume of work that will be ordered under the agreement, however, there is a maximum dollar amount of $3,000,000.00 per Task Order that can be awarded to an 8(a) contractor. There is no assurance of a steady stream of work from the BOA. Nothing in the BOA is intended to state or imply any agreement by the Navy to place future orders with the Contractor or to require that the Navy solicit and acquire covered services from the Contractor. DESCRIPTION OF WORK: The anticipated work comprehends a diversity of environmental remediation actions, such as the monitoring, maintaining and recreating of long term environmental operating systems. The work also includes reporting of sampling results to the appropriate environmental agencies. EMERGENCY REPAIRS: Non-functioning monitoring systems, caused by a myriad of events; MINOR CONSTRUCTION PROJECTS: Constructing or refurbishing of monitoring or observation well systems, bio composting systems, bio slurping systems, air sparging systems and ancillary equipment of those systems; DESIGN: On site design services to effect emergency or operational repairs, construction or refurbishment of environmental systems, creation of operating manuals, maintenance manuals. The SIC/NAICS Code covered under the BOA is as follows: 562910. AREA OF COVERAGE: The BOA pools will be created in each SBA district of the Southern Division Naval Facilities Engineering Command?s twenty-six (26) state area of responsibility. That twenty-six area is comprised of the following states: North Dakota, South Dakota, Wyoming, Colorado, Minnesota, Wisconsin, Michigan, Ohio, Indiana, Illinois, Iowa, Nebraska, Kansas, Missouri, Oklahoma, Arkansas, Texas, Louisiana, Kentucky, Tennessee, North Carolina, South Carolina, Mississippi, Alabama, Georgia and Florida. As stated before, the term of the Boas will be for five (5) years. The agreement can only be changed by modification of the agreement itself and not by individual orders issued thereunder. When a firm graduates from the 8(a) program, no new task orders will be issued to the firm and the agreement will terminate. Termination of the agreement under those circumstances shall not have an effect on any orders previously issued. Either party may cancel the agreement within 30 days written notice to the other party. Any cancellation will not have any effect on previously issued Task Orders prior to the effective date of the cancellation. The contractor will be required to submit a brief technical proposal or work plan and a list of proposed subcontractors for Navy approval as well as a price proposal. TASK ORDER SOLICITATIONS: Each solicitation will indicate the degree of detail of pricing and technical information to be provided by the offeror. The Government reserves the right to obtain a more detailed cost breakdown of labor, materials, equipment, overhead and profit at any time. ORDERS: Individual projects will be awarded using the DD Form 1155 and will provide appropriate descriptions, specifications, administrative requirements, pricing terms, and performance schedule. Each order will be considered a separate binding contract. LIMITATION OF ORDERS: The average range will be from $75,000 to a maximum of $3,000,000. SUBMITTAL REQUIREMENTS: (1) Provide 8(a) Certification and applicable district or an 8(a) participant with a bona fide place of business in the location of the work; (2) Registered in the Department of Defense Central Contractor Registration (CCR) database; contractors may visit the CCR website at http://www.ccr2000.com/ for information on registering and checking the CCR; (3) Licensed/Bonded and fully capable to perform environmental remediation/long term monitoring and maintenance work under NAICS Code Series 562910 to be identified with each task order requirement. The size standard for NAICS Code 562910 is 500 employees. (4) Provide resumes (education, background, experience) indicating the qualifications of key personnel of the management team to include program manager, project manager, environmental engineer, environmental technicians, etc. (5) Provide up to three references of completed projects within the last three years that reflect the firms performance and qualifications for projects similar in size, general scope and complexity to the requirements listed herein. (6) Provide a narrative that is descriptive of the internal communication system used to ensure a successful project. (7) Provide projects that are of similar scope, complexity and size as the work contemplated under this synopsis. (8) Proposed laboratories, their certification, personnel qualifications. (9) Certified 29 CFR 1910.120 OSHA Safety Requirement- personnel currently certified under this regulation. The first deadline for submitting the above information is 3 January 2002 @ 1600 hours (4:00pm EST). Information should be sent to: (FEDEX) Commander Southern Division Naval Facilities Engineering Command, 2155 Eagle Drive, North Charleston, SC 29406. (MAIL) Commander Southern Division Naval Facilities Engineering Command, P.O. Box 190010, North Charleston, SC 29419-9010. Material should be sent; ATTENTION: Robert Hess, ACQ22rh. Potential projects have already been identified for the following districts within SBA Regions 4, 5, 6, 7, and 8. Contractors responding by the aforementioned date will be evaluated for potential issuance of a BOA in order to be eligible for Task Order awards. This synopsis will be supplemented to include detailed information that must be submitted in order for the contractor to qualify for a BOA. The supplement will also address how the Government will evaluate that information.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USN/NAVFAC/N62467/N62467-01-R-0433/listing.h tml)
Record
Loren Data Corp. 20011126/99SOL002.HTM (D-325 SN5135N2)

99 - Miscellaneous Index  |  Issue Index |
Created on November 21, 2001 by Loren Data Corp. -- info@ld.com