Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2009 FBO #2602
SOURCES SOUGHT

F -- Environmental Remediation Services

Notice Date
1/8/2009
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC SOUTHWEST, ENVIRONMENTAL CONTRACTS CORE, N62473 NAVFAC SOUTHWEST, ENVIRONMENTAL CONTRACTS CORE CODE RAQE0 1220 Pacific Highway San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N6247309R2606
 
Response Due
1/22/2009
 
Archive Date
2/6/2009
 
Point of Contact
Elia Ram, Contract Specialist(619) 532-3074
 
Small Business Set-Aside
N/A
 
Description
Sources Sought (SS) Announcement. Naval Facilities Engineering Command (NAVFAC) Southwest is seeking potentially qualified small business sources with current relevant qualifications, experience, personnel, and capability to perform environmental remediation services at various locations in Alaska, Arizona, California, New Mexico, Nevada, Oregon, Utah, Colorado, Washington, and US Trust Territories (i.e. Puerto Rico and Guam). The sites will consist of those ranked on the Superfund National Priority List (NPL) as well as non-NPL sites regulated under Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), Resource Conservation and Recovery Act (RCRA), Underground Storage Tanks (UST), Military Munitions Response Program (MMRP), State environmental regulatory programs and other sites, which might require remedial actions. Requirements will focus primarily on environmental restoration projects but could involve other environmental work such as compliance projects. The estimated contra! ct value is $100,000,000. The North American Industry Classification System (NAICS) Code is 562910 - Remediation Services, and the Small Business Size Standard is 500 employees. The government will use responses to this Sources Sought Synopsis to make appropriate acquisition decisions. If, after review of the responses to this sources sought synopsis, the government still plans to proceed with the acquisition, a Solicitation Announcement will be published to the Navy Electronic Commerce On-line (NECO) system. This is not a solicitation announcement for proposals and no contract will be awarded directly from just this Sources Sought announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. No telephone calls will be accepted for requesting a bid package for solicitation, because there is no bid package solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the Technical Point of Contact (POC) will not be given and no appointments for presentations will be made. SUBMISSION REQUIREMENTS: Responses shall not exceed fifteen (15) pages- Two sided pages count as two sheets. Respondents shall provide information related to contracts where the respondent was the prime contractor and performed all services in the specified locations, including US Trust territories. All capability information shall include: Contract number; customer (DOD agency, other government agency); contracting officer's representative (COR) name, telephone and fax numbers; contract value and type of contract; period of performance; and description and location of product/services. Interested sources are invited to respond to this sources sought announcement by providing, at a MINIMUM, the following: 1) Financial Capability: Provide financial statement showing capability to manage a contract with an estimated value $100,000,000 or higher; 2) Past Performance: Provide a brief description of the firm's history relevant to environmental remediation services. Each project shall include the location of the work performed, contract numbers, points of contact, and telephone numbers. Projects shall be greater than or equal to $500,000; 3) Experience: Provide a brief description of the firm's current projects relevant to environmental remediation services similar to the co! ntract scope work; 4) Key Personnel: Provide key personnel and their experience and professional qualifications to perform the services listed above, and include experience in US Trust territories. List only the team members who actually will perform major tasks under the contemplated contract work scope and their qualifications, which should reflect the individual's potential contributions to the contract. 5) Certification: Provide a copy of any and all certification by the Small Business Association (SBA): 8(a), hubzone small business, service-disabled veteran small business, small business, small disadvantaged business, women-owned small business, and veteran-owned small business. (Copies of SBA Certifications are not counted in the fifteen (15)-page limit). Three (3) page cover sheet must include the firm's status and size of the business, relative to the NAICS code 562910. Company name, address, point of contact, telephone number, fax numbers, and e-mail address. Provide a short description of the firm's history including years in business, number of employees, and main disciplines of the firm. Determine if the firm is submitting as: a) other joint venture relationship, b) team- with the prime and subcontractors, or c) 8(a) mentor Protg joint venture. Provide financial capability and a brief description of the firm's ability to perform environmental remediation services located in Alaska, Arizona, California, New Mexico, Nevada, Oregon, Utah, Colorado, Washington, and US Trust Territories (i.e. Puerto Rico and Guam). Describe ability to meet all security clearance(s) requirements for access to military property/sites/installations. (This information will be counted part of the fifteen (15)-page limit.) CONTRACT SCOPE OF WORK: The Contractor shall provide the personnel, equipment, materials, and management to respond to multiple requests for environmental support at various sites. These services may include actions, but will not be limited to, the following: Performing remedial actions, removal actions, remedial design, operation and maintenance at environmentally contaminated sites, performing pilot and treatability studies, other related activities associated with achieving remedial action objectives at sites, and developing work plans. SUBMITTAL PACKAGE REQUIREMENTS: Original, one (1) copy, and one (1) electronic copy on a CD (in MS Word and/or Excel format). Emailed submittals will not be accepted. Submittals must be received before 2:00 P.M. Pacific Standard Time (PST) on Thursday, 23 January 2009. Submittal mailing and physical address: Naval Facilities Engineering Command SouthwestEnvironmental Core Contracts Office,Mail Code: AQE.ERAttn: Elia RamBldg.127, Room 1081220 Pacific HighwaySan Diego, CA 92132-5190 SUBMITTAL INQUIRY POC's:Elia Ram, Contract Specialist (619) 532-3074Beatrice Appling, Contracting Officer (619) 532-1620
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a55ccec110da3162a1ecce30d7ec34b2&tab=core&_cview=1)
 
Record
SN01729442-W 20090110/090108215950-a55ccec110da3162a1ecce30d7ec34b2 (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 |
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.