SOURCES SOUGHT
C -- Investigation and Remediation of Environmental Restoration, Navy contaminated sites
- Notice Date
- 7/2/2008
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
- ZIP Code
- 00000
- Solicitation Number
- N4008508R1418
- Response Due
- 7/21/2008
- Archive Date
- 8/5/2008
- Point of Contact
- Susan Tsimpinos (757) 322-4448
- Small Business Set-Aside
- 8a Competitive
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL BE NO SOLICITATION, SPECIFICTIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible business firms capable of performing the investigation and remediation of Environmental Restoration, Navy contaminated sites located on U.S. Navy and U.S. Marine Corps (USMC) installations located in the Mid-Atlantic Region. Design or Engineering Services are required for an Indefinite Quantity Contract for Accomplishment of Services in support of the Navys Petroleum Storage Tank (PST) Program at various Stateside activities within the Naval Facilities Engineering Command, Atlantic corporate area of responsibility. The preponderance of the work will be at locations within the State of North Carolina. Projects can be categorized as studies, designs, and engineering services projects and shall include, but not limited to: requested evaluations will be in support of environmental investigations for the Navy's Petroleum Storage Tank Program and will conform to applicable DOD instructions; and EPA, State and local regulations and guidelines. Most of the work requirements are associated with underground storage tanks (USTs); however, similar services for aboveground storage tanks (ASTs) and other stationary vessels and pipelines used for storage and/or transport of POL may be required. Taskings will include the following: completion of site characterizations/assessments, corrective action plans (CAPs), and remedial designs. This requires gathering background information on specific sites, obtaining soil and/or groundwater samples, installing monitoring wells, performing pilot studies as well as any other approved tasks deemed necessary to obtain the required information to determine the site geology and hydrology so that extent of contamination, evaluation of risks, and definition of appropriate remediation measures may be accomplished. The A&E may be required to accomplish work incidental to site remediation. The duration of the contract will be for one (1) year from the date of an initial contract award with four (4) additional one year periods. The total amount that may be paid under this contract (including option years) will not exceed $5,000,000 for the entire contract term. The minimum guarantee for the entire contract term (including option years) will be satisfied by the award of the initial Task Order. The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government subject to workload and/or satisfaction of the A&E performance under the subject contract. There will be no dollar limit per task order and no dollar limit per year. No other general notification to firms for other similar projects performed under this contract will be made. Type of contract: Firm Fixed Price Indefinite Quantity Contract. Estimated start date is October 2008. This proposed contract is being solicited as 100% set aside for small businesses; therefore, replies to this notice are requested from all small business concerns. The small business size standard classification is NAICS 541330 ($4,500,000). All contractors are advised that registration in the DOD Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to register in the DOD CCR Database may render your firm ineligible for award. For more information, check the DOD CCR Website: http://www.ccr.gov. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. It is requested that interested small businesses submit to the contracting office a brief capabilities statement package (no more than 25 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the requested services. This documentation shall address, as a minimum, the following: (1) Relevant Experience to include experience in performing efforts of similar value, size and scope within the last five years, including contract number, indication of whether a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein. (2) Company profile to include number of employees, office locations(s), available bonding capacity per contract, DUNS Number, CAGE Code, and statement regarding small business designation and status. RESPONSES ARE DUE ON 21, JULY 2008 @ 2:00 PM. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent by mail to the following address: Commander Naval Facilities, Mid-Atlantic, North Carolina IPT (ATTN: Susan Tsimpinos), 6506 Hampton Blvd., Building C, Norfolk, Va. 23508. Submissions must be received at the office cited no later than 2:00 PM Eastern Standard Time on 21 July 2008. Electronic submission of the statement of capabilities packages will not be accepted. Questions or comments regarding this notice may be addressed to Susan Tsimpinos either by email at susan.tsimpinos@navy.mil or by phone (757) 322-4448.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d367879c4eb1f5ea7f3c415835f4ca62&tab=core&_cview=1)
- Record
- SN01606136-W 20080704/080702220956-d367879c4eb1f5ea7f3c415835f4ca62 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |