SOLICITATION NOTICE
F -- EMAC for Environmental Remediation Services for Radiological Contaminants at various Navy and Marine Corps installations in AK, AZ, CA, CO, NV, NM, OR, UT, WA
- Notice Date
- 8/17/2009
- Notice Type
- Presolicitation
- 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
- N6247309R2614
- Response Due
- 10/15/2009
- Archive Date
- 12/31/2009
- Point of Contact
- LAURA PRESBERRY 619-532-4042 Contracting Officer, Bea Appling, 619-532-1620
- Small Business Set-Aside
- N/A
- Description
- Naval Facilities Engineering Command (NAVFAC), Southwest, San Diego, California, is preparing to release a Request for Proposal (RFP) for Environmental Remediation Services of Radiological Contaminants at various locations in Alaska, Arizona, California, Colorado, Nevada, New Mexico Oregon, Utah, Washington, and other DoD locations nationwide. Resulting Contracts will be fixed price, Indefinite Delivery/Indefinite Quantity (IDIQ), Environment Multiple Award Contracts (EMAC). This procurement is unrestricted for competition amongst all interested firms. The North American Industrial Classification System (NAICS) Code applicable to this requirement is 562910, Environmental Remediation Service. The contract(s) will be awarded for a base period of one year with four one year options periods. The minimum guarantee for each contract is $5,000. The minimum guarantee applies to the five-year term of the contract. The aggregate value of task orders issued under the resulting contract(s) shall not exceed $250,000,000. The Government intends to award without discussions. The services to be acquired will be to perform radiological investigations, surveys, and remediation, along with preparing work documents and reports in support of Navy environmental programs. Radiological work will generally support environmental investigations with particular focus on possible radioactive contamination; implementing recommendations of Historical Radiological Assessments (HRAs), remedial actions; removal actions; remedial design, implementation of radiological controls, storage and handling of waste materials, performance of on-site radiological survey, sampling and analysis. FAR Part 15 is applicable to this acquisition. Contracts will be awarded based on "Best Value" to the Government, price and other factors considered. The Government intends to award a minimum of 3 and a maximum of 5 contracts. Fair opportunity will be provided for all resulting task orders in accordance with FAR 16.505(b). Proposals will be evaluated based on the following evaluation factors: Factor 1 - Past Performance, Factor 2 - Specialized Experience, Factor 3 - Contract Management, Factor 4 - Technical Approach (Proposed Task Order 0001), Factor 5 - Commitment to Socio-Economic Programs, and Factor 6 - Price for PTO 0001. The Proposed Task Order 0001 (PTO 0001) is for services to complete a radiological survey within the Parcel E-2, Hunters Point Shipyard, San Francisco, CA. A pre-proposal site visit and meeting will be held on 21 September 2009 at 10:00 AM at Hunters Point Shipyard in San Francisco, CA. Firms shall meet at Building 101, Hunters Point Shipyard, San Francisco, California. Directions to the site visit will be posted on NECO/FedBizopps website. All firms interested in attending the site visit must submit the Company Name, attendees Legal Name, email address, and phone number to Laura Presberry by email or fax at Laura.presberry@navy.mil or Bea Appling at Beatrice.appling@navy.mil no later than 14 September 2009 or Fax to (619) 532-1155. In order to drive aboard Hunters Point Shipyard, the driver of each vehicle will be required to provide a valid drivers license, current automobile registration and current proof of insurance. Due to space limitations, participation is limited to three (3) representatives from each firm. Costs associated with participating in the pre-proposal site visit/meeting or responding the solicitation will not be compensated. Directions to the site visit will be posted on NECO/FedBizopps website. The solicitation will be available by electronic media only and can be downloaded free of charge via the Internet World Wide Web at http://neco.navy.mil or http://www.fbo.gov under pre-solicitation notice N62473-09-R-2614. There will be no paper copies of this solicitation issued. Amendments will be posted on NECO web site for downloading. This will be the only method of distribution; therefore, it is the offeror(s) responsibility to check the web site periodically for any amendment to this solicitation. Offeror(s) must be registered in the Contractor's Central Registration (CCR) http://www.ccr.gov in order to participate in this procurement. The solicitation issue date is on or about 9 September 2009. The closing date set for receipt of proposals is 15 October 2009, 2:00 PM local time. The primary POC for this solicitation is Laura Presberry at 619-532-4042 or Laura.presberry@navy.mil and the Contracting Officer is Bea Appling at 619-532-1620 or Beatrice.appling@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A6A/N6247309R2614/listing.html)
- Place of Performance
- Address: 1220 Pacific Hwy, Building 127, Rm 108, San Diego, CA<br />
- Zip Code: 92132<br />
- Zip Code: 92132<br />
- Record
- SN01914784-W 20090819/090818001859-0c0a1815c521d8a456fd9dcde6d9c1c9 (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 |