Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2010 FBO #3009
SOURCES SOUGHT

R -- Environmental Support Services

Notice Date
2/17/2010
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
N62470 NAVFAC ATLANTIC Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N6247010R5019
 
Response Due
3/1/2010
 
Archive Date
3/31/2010
 
Point of Contact
Rochelle Lee 757-322-4182rochelle.lee@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS. THIS IS NOT A SOLICITATION ANNOUNCEMENT OR REQUEST FOR PROPOSAL. NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. No reimbursement will be made for any cost associated with providing information in response to this notice. This is a market research tool being used to determine the availability and adequacy of potential business sources prior to determining the method of acquisition. The intent of this sources sought synopsis is to identify potential qualified 8(a), Historically Underutilized Business Zone (HUBZone) Small Business, Service Disabled Veteran Owned Small Business, and Small Business firms for an Indefinite Quantity Contract for Environmental Support Services to NAVFACHQ, CNO N45, Commander Navy Installation Command (CNIC), NAVFAC Atlantic and Pacific and all NAVFAC Field Engineering Commands (FECS) to assist with the development and implementation of Department of Defense (DoD) environmental policy based on environmental issues. After review of the responses submitted, a solicitation announcement will be published in the Federal Business Opportunities website if the Government intends to continue with the procurement. The Government intends to solicit and award a Firm Fixed Price (FFP), indefinite quantity/indefinite delivery type contract with an estimated total amount not to exceed $5,000,000.00 for all years. The contract term will be for one (1) year from the date of an initial contract award with four (4) additional one year option periods. The NAICS code for this procurement is 541620, Environmental Consulting Services, and the annual small business size standard is $7,000,000. Interested firms must demonstrate in their qualifications statement that they are qualified to perform all the tasks under this NAICS code. The preponderance of the work under this contract shall involve the accomplishment of work in the following major categories, including but not limited to: The Navy is a leader in environmental protection worldwide, with focus on pollution prevention. Environmental technical expertise is required for primary services such as evaluating and improving the Navy's solid and hazardous waste, recycling, Environmental Management System (EMS), air, water, wastewater, stormwater, radon and oil spill environmental programs in efforts such as: collecting, compiling, and analyzing data on Navy environmental operations; reviewing and analyzing Navy environmental practices; providing technical guidance for environmental compliance; reviewing the hazardous material acquisition and distribution systems; investigating and determining best practices in the environmental field that are applicable to the Navy; reviewing existing laws and regulations; providing broad international support for environmental compliance issues, stormwater best management practices (BMPs) such as low impact development (LID); and other duties as assigned. Other duties can include environmental assistance in the areas of the Environmental Planning Program, National Environmental Policy Act (NEPA) and E.O. 12114, assisting in evaluating the need for IT resources within the environmental program area, and the Overseas Program. The contractor must be able to attend meetings in the government's Washington DC area office on very short notice, within two hours. Contract work is anticipated to require all prime and subcontractor personnel to have and maintain a Secret Clearance. Submission Requirements:Interested firms who believe they have the capability to provide the required services are invited to submit a Capability Statement not to exceed 10 pages, to the contracting office, demonstrating their ability to meet and execute the requirements as set forth above. The capability statement should be augmented with no more than 4 pages of relevant past performance history documenting the ability to perform the requirements (Total 14 pages). Responses should include the following information: company name, address, point of contact, phone number, email address, and business type (SDB, 8a, etc.) as well as documentation assuring that personnel have and will maintain a Secret Clearance. Standard company brochures are not desired. Responses are due no later than 2:00 p.m. EST, 01 March 2010. Firms responding to this advertisement are requested to submit only 1 copy of the qualification statement. Responses should be sent to the following address: Naval Facilities Engineering Command, Atlantic Attn: Rochelle Lee, Code AQ3 6506 Hampton BoulevardNorfolk, Virginia 23508-1278 Or may be emailed to:Rochelle.Lee@navy.mil This market survey is for informational and planning purposes only and does not constitute a solicitation for bid or proposals, and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. The Government will not provide a "debrief" on the results of the survey. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for purpose of verifying performance. Point of ContactRochelle Lee, Contract Specialist, Phone 757-322-4182Email: Rochelle.Lee@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247010R5019/listing.html)
 
Place of Performance
Address: Washington Navy Yard, Washington, DC
Zip Code: 20375
 
Record
SN02067594-W 20100219/100217235320-8667d3469ded29f28a4085f47cd02456 (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.