Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2009 FBO #2819
SOURCES SOUGHT

F -- Sources Sought for Fixed Price Remedial Action Contract

Notice Date
8/11/2009
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Pacific, Acquisition Department, N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive Suite 100 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N62742FRAC001
 
Response Due
8/24/2009
 
Archive Date
8/25/2009
 
Point of Contact
Norine Horikawa (808) 471-3765<br />
 
E-Mail Address
email
(norine.horikawa@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT FOR ENVIRONMENTAL FIXED PRICE REMEDIAL ACTION CONTRACT (FRAC) FOR VARIOUS SITES IN THE NAVAL FACILITIES ENGINEERING COMMAND PACIFIC (NAVFAC PACIFIC) AREA OF RESPONSIBILITY (AOR). PROJECT NUMBER: FRAC001. This is a Sources Sought announcement only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests, if applicable. 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 will not be given and no appointments for presentations will be made. NAVFAC Pacific, ACQ12, A-E Contracts I Branch is seeking to identify potential qualified U.S. Small Business Administration (SBA) certified 8(a), Historically Underutilized Business Zone (HUBZone), Service Disabled Veteran Owned Small Business (SDVOSB) and Small Business (SB) firms with current recent relevant project experience and qualified key personnel to perform on a potential multiple award firm-fixed price remedial action contract. Anticipated contract term is a one-year base period and four one-year option periods. The work includes, but is not limited to the following: The work requires remediation services predominantly located at Navy and Marine Corps installations under the cognizance of the NAVFAC Pacific's AOR that includes but is not limited to: Hawaii, Guam, Japan, Okinawa, Johnston Atoll, Diego Garcia, and other areas in the Pacific and Indian Oceans. The services may include, but are not limited to the following: preparing appropriate documentation of planned and completed actions; excavation of soil from various sites; hauling of contaminated soil; closure and/or replacement of underground storage tanks or above ground storage tanks; performing remedial actions; performing removal actions; performing facility operation, maintenance and instruction; and performing other related activities associated with returning sites to safe and acceptable levels. The North American Industry Classification System (NAICS) Code is 562910, Environmental Remediation Services, Small Business Size Standard of 500 employees. The anticipated term of the contract is an aggregate maximum dollar value of this acquisition for all contracts awarded of $30,000,000 or 60 months, whichever occurs first. Interested sources are invited to respond to this Sources Sought announcement by submitting information as outlined below (6 items). Please do not submit a company brochure or other information that is not listed below. Submit the following information: 1) Experience of the firm: Provide information on a maximum of 3 projects to include detailed descriptions of contracts that your firm has completed within the last 5 years that demonstrates your firm's experience in recent relevant projects as defined below. Please utilize the forms provided to submit the required information. Recent relevant project is defined as projects for environmental remedial action work involving: (1) the excavation and hauling of contaminated soil to off-site locations; (2) closure and/or replacement of underground or above ground storage tanks; AND (3) groundwater treatment. Each project shall be approximately $50,000 in dollar value and shall have been completed within the past five (5) years. Projects that involved two or more of the above stated environmental remedial action work in a single project shall be at least $75,000 in dollar value. In order to be considered a recent relevant project, the project shall be at least 80% complete. In addition, the proposal must demonstrate the Offeror's past performance and experience in each of the three above stated environmental remedial action work. Each project shall be a standalone contract or task order under an Indefinite Delivery/Indefinite Quantity (IDIQ)/Multiple Award Contract (MAC). The Government is seeking information on specific projects, therefore, submission of information on a basic IDIQ/MAC contract will not be considered. 2) Key personnel qualifications: Provide resumes for the following designated Key Personnel that meet the noted qualifications. Please include a maximum of three recent relevant projects that each of these key personnel have worked on. Submit information on two (2) Project Managers (required to be employees of the prime contractor's firm); two (2) Site Superintendents (required to be employees of the prime contractor's firm); one (1) Project QCM; and one (1) Site Health and Safety Specialist. The definition of relevant project is defined in the subparagraph above. Please utilize the forms provided to submit the required information. Project Manager: Responsibilities include directing all work associated with CTO's. Duties include ensuring effective execution of projects, controlling project schedules and budgets, recommending changes to improve project efficiency and effectiveness, justifying change orders, tracking materials and resources, coordinating subcontractors' work, complying with health and safety procedures, ensuring compliance with regulatory requirements, following/implementing approval project work plans or specifications, and producing quality technical reports supporting the remedial action with respect to the appropriate regulatory authority. The qualified individual shall have received an undergraduate degree from a U.S. accredited college or university program in one of the following disciplines: engineering, chemistry, geology, hydrology, or environmental science. An undergraduate degree is defined as successfully completing four years of study and receiving a diploma from an U.S. accredited college or university. An Associates degree does not meet the qualification requirements. The qualified individual shall also have a minimum of six years of experience in managing remedial action projects. Professional licensing or professional registration from a nationally recognized board is desired. For purposes of this acquisition, "Professional Licensing" or "Professional Registration" is defined as attainment of certified status by taking and passing a nationally accredited written examination administered by a nationally recognized U.S. Professional Organization. Attainment of a professional license, registration or certification status by submission of an application or by nomination without having to pass a nationally accredited written examination will not be considered to have met the requirements of a professional license or professional registration. The Project Manager shall be an employee of the prime contractor and cannot have any other duties other than to manage the projects. Site Superintendent: Responsibilities include supervising on-site operations for remedial action projects. Duties include managing and administering material logistics processes and procedures, securing and updating the project tracking systems, and coordinating all field work to include management of subcontractors. The qualified individual shall have a minimum of five years of experience supervising on-site remedial action projects. The Site Superintendent shall be on-site at all times while site work is on-going. The Site Superintendent shall be an employee of the prime contractor and cannot have any other duties other than to supervise the daily on-site operations. Project Quality Control Manager: Responsibilities include developing, maintaining, and enforcing the project specific QC Program. The qualified individual shall have received an undergraduate degree from a U.S. accredited college or university program in one of the following disciplines: engineering, chemistry, geology, hydrology, or environmental science. An undergraduate degree is defined as successfully completing four years of study and receiving a diploma from an U.S. accredited college or university. An Associates degree does not meet the qualification requirements. The qualified individual shall also have a minimum of five years of experience as a QC Manager on remedial action projects. Professional licensing or professional registration from a nationally recognized board is desired. For purposes of this acquisition, "Professional Licensing" or "Professional Registration" is defined as attainment of certified status by taking and passing a nationally accredited written examination administered by a nationally recognized U.S. Professional Organization. Certification by the American Society of Quality is also desired. Attainment of a professional license, registration or certification status by submission of an application or by nomination without having to pass a nationally accredited written examination will not be considered to have met the requirements of a professional license or professional registration. The Project Quality Control Manager shall be on-site at all times while site work is on-going. Site Health and Safety Specialists (SHSS): Responsibilities include implementation and enforcement of the approved Site Health and Safety Plan (SHSP). Duties include the on-site responsibility and authority to modify and stop work or remove personnel from the site if working conditions will adversely affect on-site health and safety. The SHSS shall be the main contact for any on-site emergency situation. Except in an emergency, the SHSS may modify the approved SHSP only after consultation and concurrence of the CIH and the Contracting Officer or designated representative. The SHSS shall be experienced in the HAZWOPER field and shall have specialized training in personal and respiratory protective equipment, program implementation, proper use of air monitoring instruments, air sampling methods, and interpretation of results. The qualified individual shall have a minimum of four years experience in the safety and health aspects of remedial action work; one year of working experience at hazardous waste sites where EPA Level C and Level B personal protective equipment was required; knowledge of the OSHA regulations, the Corps of Engineers Safety and Health Requirements (EM-385-1-1) and applicable Federal, State, and local occupational safety and health regulations; and certification in first aid and ca! rdiopulmonary resuscitation (CPR) by a recognized organization such as the American Red Cross. Certification as a Certified Safety Professional (CSP) by the Board of Certified Safety Professionals is desired. The SHSS shall be on-site at all times while site work is on-going and shall report to the CIH in all matters pertaining to site health and safety. 3) Address your staffing level for your office located on the Island of Oahu. 4) If your firm does not have an office on the Island of Oahu, please address how you intend to fulfill this requirement, which will be a requirement of a resultant contract, if any. 5) Bonding capacity: Provide a letter from your surety stating that your firm has an aggregate bonding capacity of at least $2,000,000 per year; 6) Provide your certification for 8(a) and HUBZone status from SBA; and/or provide your current CCR registration demonstrating your SDVOSB status. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of this evaluation. However, NAVFAC Pacific may utilize the information for acquisition planning purposes. All data received in response to this Source Sought Notice marked or designated as corporate or proprietary information will be fully protected from release outside the Government. Please submit the information required by this Sources Sought announcement no later than 2:00 p.m. HST on 24 August 2009. Please mark your submittal as FRAC001. You may submit your information via facsimile transmission to (808) 474-5299, attention: Ms. Norine E. Horikawa. Responses received after the deadline or without the required information may be considered unacceptable and may not be considered. Since this is a Sources Sought announcement only, evaluation letters will be not be issued to any respondent.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N62742FRAC001/listing.html)
 
Record
SN01906460-W 20090813/090811235437-4408a969597a5a4ad707ce5276ce8f15 (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.