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
SOLICITATION NOTICE

B -- Environmental Services for FGS-related work in Europe, Southwest Asia, and Africa

Notice Date
1/8/2009
 
Notice Type
Presolicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Europe and Southwest Asia, N33191 NAVFAC EUROPE AND SOUTHWEST ASIA PSC 817 Box 51 FPO AE Naples,
 
ZIP Code
00000
 
Solicitation Number
N3319109R0109
 
Archive Date
6/1/2009
 
Point of Contact
Kristen Sanchez +39-081-568-7739
 
Small Business Set-Aside
N/A
 
Description
PRESOLICIATION NOTICE FOR ENVIRONMENTAL SERVICES FOR FINAL GOVERNING STANDARDS (FGS) IDIQ This is a Pre-Solicitation Notice to notify firms within the industry that the United States Government plans to solicit for the following services. Introduction: The Naval Facilities Engineering Command Europe and Southwest Asia (NAVFAC EURSWA) provides technical, regulatory, and program support to all supported commands within the NAVFAC EURSWA Area of Responsibility (AOR), including, but not limited to, Commander Navy Region Europe (CNRE), Commander Navy Region Southwest Asia (CNRSWA), Commander Navy Europe (CNE)/C6F, Central Command Naval Forces (NAVCENT)/C5F, European Command (EUCOM), Africa Command (AFRICOM), Central Command (CENTCOM), and various other Navy and DoD commands and components within the NAVFAC EURSWA AOR in all of Europe, Southwest Asia, and Africa.Scope of Work: The work to be acquired falls under the North American Industry Classification System (NAICS) Code 541620 (Environmental Consulting Services). The work will be for Environmental products and services to provide regulatory analysis and technical support for the above. The Contractor will provide periodic summaries of the changing environmental standards (e.g., European Union and Host Nation laws and regulations) and an assessment of their applicability to and impact on DoD installations. All relevant environmental regulations as defined by host nation will be analyzed. Quarterly Reports will be required for Greece, Italy and Spain (Item 01GQ), Iceland (Item 01IQ), and Bahrain Djibouti, UAE, Kenya, and Jordan (Item 01BQ). In each quarterly report the Contractor will identify all changes to environmental laws and regulations in force in the host nation (to include applicable EC Directives and Regulations) regarding the environment promulgated over a 3-month p! eriod (1 quarter). The Government intends to post the solicitation on the Navy Electronic Commerce Online (EuroNECO) website at https://euro.neco.navy.mil. No response is necessary at this time. However, if a firm is interested in proposing, then the firm must register on the EuroNECO website in order to obtain the solicitation documents and all information regarding the solicitation. Hard copies of the solicitation will not be provided. Note: Contractors must check the "Navfac Vendor" Box When Registering in EuroNECO to be notified of NAVFAC business opportunities. It is the responsibility of the proposer to check the website daily for any updates/amendments. The solicitation will also be posted on the FedBizOps website www.fbo.gov. All contractors proposing on Department of Defense Solicitations must be registered in the Central Contractor Registration (CCR) www.ccr.gov prior to award of any United States of America Department of Defense contract. In order to register in the CCR, pr! oposers must have a Dun and Bradstreet (DUNS) Number http://fedgov.dnb.com/webform and a Commercial and Governmental Entity (CAGE) Code (U.S. firms) or a NATO Commercial and Governmental Entity (NCAGE) code (foreign firms). http://www.dlis.dla.mil/Forms/Form_AC135.asp. The CCR requirement applies to all contract awards, regardless of the country where the work is performed. It is highly encouraged for prospective proposers to begin the CCR registration process as early as possible. The proposed contract action will be a full and open procurement with the intent to award one Indefinite Delivery Indefinite Quantity (IDIQ) Services Contract with pre-established fixed contract prices. The proposed contract action will be solicited as a Request for Proposal (RFP). Award will be made to the responsible proposer whose proposal, conforming to the RFP, will be most advantageous to the Government resulting in the Best Value, price and other factors considered. The proposed contract will be for one base year with 4 one-year renewable option periods. The total contract price for the base year and all option years combined is estimated to be approximately ?3,500,000.00. Task order range is estimated to be between approximately ?750.00 and ?250,000.00. It is anticipated to award the contract in European Currency. However, the Government reserves the right to award in U.S. Dollars. The RFP is expected to be posted to the EuroNeco website on or about February 15, 2009. The proposal due date is expected to be set for March 15, 2009. All dates are tentative and are subject to change. All additional information and amendments to the RFP will be posted to the EuroNECO website. NO RESPONSE IS REQUIRED AT THIS TIME. The POC for this notice is Kristen Sanchez. E-mail: Kristen.sanchez@eu.navy.mil. Telephone: +39-081-568-7739. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than providing information to prospective offerors.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0c6a3a63dff55f24848370d9701198a6&tab=core&_cview=1)
 
Record
SN01729618-W 20090110/090108220305-0c6a3a63dff55f24848370d9701198a6 (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.