SOLICITATION NOTICE
F -- Remedial Action Operations (RAO)/Longterm Management (LTM), Mutiple Award Contract (MAC) for NAVFAC Mid-Atlantic Area of Operations
- Notice Date
- 9/29/2009
- Notice Type
- Presolicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
- ZIP Code
- 00000
- Solicitation Number
- N4008509R7018
- Point of Contact
- LeeArjetta W. Hamilton 757-444-0087 Pamela A. Waller - 757-444-0096
- Small Business Set-Aside
- Competitive 8(a)
- Description
- NAVFAC Mid-Atlantic, North East Integrated Product Team (NE IPT) requires all labor, management, supervision, tools, material, and equipment required for Remedial Action Operation (RAO)/Long Term Management (LTM) services for environmental restoration sites are located primarily in the "New England" area (defined as Maine, New Hampshire, Vermont, Massachusetts, Connecticut, and Rhode Island), and the "Mid-Atlantic Area" (defined as New York, Pennsylvania, New Jersey, and Delaware). The work includes but is not limited to: Operation Maintenance, inspection, repairs, modifications and removal and dismantling of existing remedial treatment systems to established procedures. The types of systems will include but are not limited to: Groundwater Treatment Plants, Air Sparging, Soil Vapor Extraction, Bioslurper and Free Product Recovery System, Wastewater Treatment Facilities, Bioremediation Systems and Natural Attenuation. All work will be placed via contract task order, which will be initially awarded on a "fair opportunity" basis.(FAR Part 16.505) The initial task order (See Project) contained in the solicitation is located at NAWC Trenton Treatment Plant, Naval Air Warfare Center, Trenton, New Jersey. The services to be provided are in connection with the operation and maintenance of the ground water treatment system for one year. The work identified is to be provided by means of an Indefinite Delivery/Indefinite Quantity (IDIQ), Environmental Multiple Award contract (EMAC). The contract will be awarded to a maximum of five (5) contractors. Source Selection procedures will be used to select the best value offeror using the tradeoff analysis in accordance with FAR Part 15 source selection process. The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal, conforming to the Request for Proposals (RFP), will be advantageous to the Government price and other evaluation factors considered. The offeror's proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The evaluation factors are: Factor 1 - Corporate Experience, Factor 2 - Past Performance, Factor 3 - Management and Factor 4 - Price. Technical Factors 1, 2. and 3 are approximately equal to each other in importance. Technical Factors 1 through 3, when combined, are approximately equal to price. Offers shall be submitted for the performance of work for a period of one year. However, the initial term of the contract may be for a period of less than one year. The Government has the option to extend the term of the contract for additional periods of one to twelve months. The total contract term including the exercise of any options, shall not exceed 60 months. The North American Classification System (NAICS) is 562910, with a size standard of 500 employees. The proposed procurement listed herein is a 100% set-aside for 8(a) contractors. The RFP will be available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the Navy Electronic Commence Online (NECO) website on or about October 14, 2009. The estimated proposal due date shall be at least 30 days after the RFP is posted on the NECO website. The site address is http://neco.navy.mil. Notifications of any updates or amendments to the solicitation will be posted on the website only. Contractors are encouraged to register on the NAVFAC NECO website. Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. IT IS THE SOLE RESPONISBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to register in the Central Contractor Registration (CCR) database. Failure to register in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008509R7018/listing.html)
- Record
- SN01974195-W 20091001/090930000331-2eba3afbb099581ece9494466eed7270 (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 |