Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 24, 2001 PSA #3004
SOLICITATIONS

Y -- OPERATION & MAINTENANCE OF VARIOUS ENVIRONMENTAL TREATMENT SYSTEMS (O&M) IN THE 10 STATE AREA OF CT, DE, MA, ME, NH, NJ, NY, PA, RI, AND VT WITH A PREPONDERANCE OF WORK TO BE PERFORMED IN THE NEW ENGL

Notice Date
December 20, 2001
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northeast, 10 Industrial Hwy MS #82, Lester, PA, 19113
ZIP Code
19113
Solicitation Number
N62472-02-R-0810
Response Due
March 14, 2002
Point of Contact
Michelle Donnelly, Contract Specialist, Phone (610)595-0630, Fax (610)595-0645, Email donnellymm@efane.navfac.navy.mil -- David Rule, Supervisory Contract Specialist, Phone (610)595-0633, Fax (610)595-0645, Email ruledp@efane.navfac.navy.mil
Description
This is a Pre-Solicitation Notice: THIS SOLICITATION IS SET ASIDE FOR SMALL BUSINESS CONTRACTORS ONLY. The NAICS (North American Industry Classification System) Code is 562910 and the Small Business Size Standard of $11.5 Million is applicable to this procurement. This solicitation will result in the award of an O&M Indefinite Quantity Contract with firm fixed price task orders. =20 The work contemplated under this procurement shall include providing established routine annual operation and maintenance (O & M) of existing soil, surface and groundwater active and passive environmental treatment remedies including, but not limited to, Groundwater Treatment Plants (GWTPs), various kinds of soil caps integrity inspection and maintenance, POL air sparging, bioslurper and skimmer systems and well-defined minor construction and/or modifications to or related to said treatment facilities/remedies, storage systems and spill containment/control systems, and performing other related activities associated with restoring, operating and maintaining environmentally contaminated areas to safe and acceptable condition. Projects may require developing documentation such as O & M plans, 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. Award of a seed project, most likely O & M for the Bedford Treatment Plant, 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. Note: Additional seed projects may be added prior to submission of proposal. The task orders under the contract will be issued for O & M of various 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 SMALL BUSINESS CONTRACTORS) The Request for Proposal package will be available February, 14, 2002 and the estimated receipt of proposals date is 2:00 p.m. on=20 March 14, 2002 at Engineering Field Activity, Northeast, Naval Facilities Engineering Command, 10 Industrial Highway, MS 82, Tinicum Industrial Park, Lester, PA 19113-2090. The maximum value of this contract will be $30 million over the five (5) years of contract performance. The anticipated range for each task order will generally be between $25 thousand and $5 million dollars. The seed project is for O & M of the Bedford Treatment Plant The estimated cost range for this seed project is $100,000.00- $300,000.00. Service Contract Act Wages will be applicable to this project. 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. THIS SOLICITATION IS SET-ASIDE FOR SMALL BUSINESS CONTRACTORS. A second CBD notice will be issued to explain requirements for obtaining 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 http:/www.efdnorth.navfac.navy.mil 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 184, at (610) 595-0630.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USN/NAVFAC/N62472/N62472-02-R-0810/listing.h tml)
Record
Loren Data Corp. 20011224/YSOL013.HTM (D-354 SN5156Z6)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on December 20, 2001 by Loren Data Corp. -- info@ld.com