Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2009 FBO #2726
MODIFICATION

R -- Environmental Services

Notice Date
12/22/2008
 
Notice Type
Modification
 
NAICS
562910 — Remediation Services
 
Contracting Office
N62473 NAVFAC SOUTHWEST, SPECIALTY CONTRACTS CORE PPV CODE RAQ3 1220Pacific Highway San Diego, CA
 
ZIP Code
92132
 
Solicitation Number
N6247309R0201
 
Response Due
12/31/2008
 
Archive Date
1/15/2009
 
Point of Contact
Carol Lewis 619 532 3771 Gregory Bell 619 532 1925Patti Sithideth 619 532 3681
 
Small Business Set-Aside
N/A
 
Description
This is an amendment to the Sources Sought Notice issued December 16, 2008clarifying that the Specialty Contracts Core at NAVFAC SW is solicitinginformation from potentially qualified small business sources to determineunrestricted or set-aside status to perform Environmental Services. If, after review of the responses, the Government proceeds with an acquisition,a Solicitation Announcement will be published in the Navy Electronic CommerceOn-Line (NECO) system, and Federal Business Opportunities (www.fbo.gov). Noinquiries requesting a solicitation will be acknowledged because no solicitationpackage is available. No information regarding the technical points of contactwill be provided and no appointments for presentations will be made. The Government contemplates award of a performance-based combination FirmFixed-Price (FFP)/ Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Theanticipated period of performance is five years (one 12-month base period andfour option years) and the possibility of up to 5 additional award option years. Estimated value is: $12 million per year Recurring FP requirements include: 1) Containerized Solid Waste. The services performed for containerized solidwaste services for government facilities located principally in the San Diegoarea and San Clemente Island (SCI). Services include, but are not limited to:containerized solid waste collection, identification, characterization,containerization, marking/labeling, loading/off-loading, transport, storage,disposal, data management, and associated document/report preparation andmanagement. 2. Recycling. The service performed include: sorting, cleaning, and processingtextiles (rags or shop towels) received from generators, recycle lead acidbatteries, recycle oil and fuel, recycle toner cartridges, provide emptycontainer recycling and management, and recycle fluorescent lights received fromgenerators. The Contractor shall also implement a program to recycle allhazardous material listed in the California Code of Regulations, Section66266.2. For hazardous wastes that qualify as Universal Waste, the Contractorshall manage those materials as Universal Waste unless otherwise directed by thegovernment representative. 3. Spill Response and Cleanup. The services include: oil and hazardoussubstance (OHS) spill response and cleanup to minimize damage to property, riskof human exposure, and to ensure the installation complies with Federal, stateand local statutes and regulations, and with DoD policies, instructions andguidance. 4. IWOW Treatment and Services. The Contractor shall provide managementservices to ensure the installation complies with Federal, state and localstatutes and regulations, and with DoD policies, instructions and guidance. TheContractor shall provide continuous operations, monitor, maintain, and repairhazardous industrial waste (IW), non-hazardous general industrial waste (GIW),and oily waste (OW) treatment facilities, collection systems, and monitoringsystems engaged in scheduling, collecting, storing, treating, recovering oilfrom, and disposing of, IW, GIW, and OW. Facilities include five treatmentplants at four San Diego area Naval installations. Non-Recurring IDIQ Requirements The services performed for non-recurring services include: environmentalassessments, investigations, and studies of potentially contaminated sites;excavation, transport, and proper disposal of contaminated soil and otherhazardous and non-hazardous material found underground; soil and groundwatersampling and analysis; design, installation (i.e., including construction),operation, and maintenance of treatment and remediation equipment and systems;UST removals and closures; development and refinement of conceptual site models,interpretations, conclusions, and recommendations for next steps; and managementof environmental compliance issues including CERCLA/RCRA/UST/ EPCRA, etc.Assessment, remediation, and compliance projects may require incidentalconstruction or demolition of onsite structures. There is also IDIQ work associated with non-scheduled or emergency work for CSW,Recycling, Spill Response and Cleanup, and IWOW. Please note: respondents will not be contacted regarding their submission orinformation gathered for this portion of the notice. Interested sources shallrespond by submitting the attached questionnaire no later than 4:00 p.m. 31December, 2008, via email in Microsoft Word format to: Carol.Lewis2@navy.mil.If you have questions on this document, please contact the Contract Specialist:Carol Lewis at (619) 532-3771, or email Carol.Lewis2@navy.mil. The ContractingOfficer is Samantha Darella (619) 532-1219. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (22-DEC-2008). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 12-MAY-2009, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A6B/N6247309R0201/listing.html)
 
Record
SN01815126-F 20090514/090512233045 (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.