Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2004 FBO #1124
SOURCES SOUGHT

F -- INDEFINITE QUANTITY ENVIRONMENTAL REMEDIAL CONTRACT FOR SERVICES IN CALIFORNIA

Notice Date
12/22/2004
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Environmental Contracts Team, Attn: 02R1 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N6871105SS6403
 
Response Due
1/6/2005
 
Point of Contact
Beatrice Appling, Contract Specialist, Phone 619-532-0773, Fax 619-532-0771, - Karen Rooney, Contract Specialist, Phone (619) 532-0777, Fax (619) 532-0771,
 
E-Mail Address
beatrice.appling@navy.mil, karen.rooney@navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
This is not a solicitation announcement. This is a Sources Sought Synopsis only. This synopsis is a market research tool being utilized to determine the availability of qualified 8(a) sources prior to issuing an RFP. The Government is seeking qualified 8(a) sources that are certified by the Small Business Administration relative to NAICS Classification 562910, Environmental Remediation Services. The applicable size standard is no more than 500 employees. Responses to this sources sought synopsis will be used to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, and if the Government plans to proceed with the acquisition, a solicitation announcement will be published in the Federal Business Opportunities. Responses to this sources sought synopsis are not an adequate response to the solicitation announcement and all interested offerors must respond to the solicitation announcement. The following is a general description of work for the anticipated contract. Perform environmental remedial design, remedial actions, removal actions, and remedial action systems operation and maintenance. Remedial actions may include, but will not be limited to, capping landfills, pump-and-treat remediation, bioremediation, soil vapor extraction, natural attenuation, bioventing, air sparging, thermal treatment, phytoremediation, soil washing, and free product recovery. Additional work includes: expedited and emergency response actions; pilot and treatability studies, and other related activities associated with returning sites to safe and acceptable levels of contamination. The contaminants may include, but are not limited to, those identified and regulated under the Resource Conservation and Recovery Act (RCRA), Comprehensive Environmental Response Compensation, and Liability Act (CERCLA), Toxic Substances Control Act (TSCA), Solid Waste Disposal Act (SWDA), and petroleum oils and lubricants (POL). The contractor shall perform services at various Department of Defense (DOD) installations in California. The anticipated contract will be a Cost Plus Award Fee (CPAF), Indefinite Delivery/Indefinite Quantity type contract, with a capacity ceiling of $20,000,000. Firms must have an accounting system that can adequately estimate and track cost. Approval by Defense Contract Audit Agency (DCAA) for performance of government cost type contracts is recommended. If approved by DCAA, provide a copy of the applicable report. Individual task orders on the average would range from $5,000 to $2,000,000, and may not exceed $2,000,000 without the agreement of the contractor. Awardees will be required to comply with FAR 52.219-14 that requires at least 50 percent of the cost of contract performance by the prime contractor. The anticipated contract term will be a base period of one year and four one-year option periods. Contract completion will occur when the ceiling is reached or at the end of the last option period which ever occurs first. The Government is looking for the following information from qualified 8(a) firms: (1) Specialized Experience of the firm and/or proposed team that was completed within the period of 1 Dec 1999 – 1 Dec 2004 in performing environmental remediation services, and specialized experience with new and innovative remediation technologies. Demonstrate experience with performing remedial actions, expedited emergency response actions at various sites, pilot treatability studies, facility operation, maintenance and instruction, other related activities associated with returning sites to safe and acceptable levels. . Methods include, but will not be limited to the following actions: Neutralization processes, Metals precipitation, Chemical stabilization, Covering or capping contaminated soils, Installing leachate drains, Transporting and disposing of hazardous waste off-site, Bioremediation (both in-situ and aboveground), Incineration on or off-site, Soil washing followed by disposal, Soil venting, Pumping and treating contaminated ground water, Installation of slurry walls, POL recovery systems, Air stripping, Carbon absorption, Ground water monitoring, Solvent extraction, Chemical decomposition and solidification, Phyto remediation, Other remedial technologies as developed by the remediation industry and accepted by regulators. The contaminants will include, but not be limited to, those identified and regulated under RCRA, CERCLA, Toxic Substances Control Act (TSCA), Solid Waste Disposal Act (SWDA), and petroleum oils and lubricants (POL). A relatively small number of sites may require remediation of radiological or ordnance waste or unexploded ordnance. The contaminants included are predominately solvents, POL, metals, acids, bases, reactives, non-explosive ordnance residues or compounds, polychlorinated biphenyls (PCBs), and pesticides. Contaminants may be present in soils, sediments, ground water, air, sludge, surface water, and man-made structures. Contaminated sites may be landfills, hazardous waste treatment storage and disposal facilities, tanks, lagoons, fire fighting training areas, or other facilities. In addition, provide your experience interfacing with regulatory agencies (Federal/State/Local) in California, and successful attainment of regulatory closure of sites, and or no further action required. (2) Professional Qualifications and Capabilities of the Staff to be assigned to the resulting contract: Include experience from 1 Dec 1999 – 1 Dec 2004 in performing remedial actions, quality assurance, health and safety, and contract administration of multiple task orders under an indefinite delivery type contract. (3) Financial Systems. Describe your financial system that will be utilized under the resulting contract for estimating and tracking cost under the cost reimbursement contract. SUBMISSION REQUIREMENTS: Firms submitting responses shall present their information in a matrix format showing contracts they have performed. The matrix shall show the 10 most recent projects/contracts that prove your firm can meet the qualification criteria listed above. Provide the contract number, contract type, (firm fixed price, cost reimbursement, etc.), project value, contract value, point of contact with phone number, project location and description of work requirement. Indicate whether you performed as the prime or subcontractor and what percentage of work you performed. List key personnel that participated in the projects and what were their responsibilities. Provide your ability to meet the qualifications above relative to your firm/team. Provide your business size status relative to NAICS Code 562910. Firms certified by SBA as 8(a) must include a copy of the certification. Responses shall not exceed 15 (fifteen) pages. Two sided pages count as two sheets. Ten (10) pages shall be dedicated to addressing specialized work experience demonstrating your ability to perform remediation work. There should be one project per page. Two pages should show key employees, and their experience relative to remediation work, and contract administration. One (1) page should be the cover sheet that includes the name of company, address, telephone number, fax number, at least two contacts, email address, business size, DUNS number, cage code, and a short description of the firms history including years in business, number of employees, and main disciplines of the firm. Two (2) pages shall be dedicated to describing your financial system(s). Copies of SBA Certifications, and DCAA Audit Reports are not included in the 15 (fifteen) page count. Packages are due 6 Jan 2005, 2:00 p.m. local (PST). Mailed packages shall be addressed to Naval Facilities Engineering Command, Southwest, Code AQE.BA, Attn: Bea Appling, 1220 Pacific Highway, San Diego, CA 92132. Hand carried or commercial delivery packages shall be delivered to Bea Appling, Code AQE.BA, 1230 Columbia Street, Suite 870, San Diego, CA 92101. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (22-DEC-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N68711A6A/N6871105SS6403/listing.html)
 
Record
SN00725548-F 20041224/041222213035 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.