DOCUMENT
C -- 1JZ-Multiple Award Contract(s) for Remedial Action Construction (RAC) for projects within the Northeast Integrated Product Team (NEIPT) Area of Responsibility (AOR) - Attachment
- Notice Date
- 5/29/2012
- Notice Type
- Attachment
- NAICS
- 562910
— Remediation Services
- Contracting Office
- N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
- Solicitation Number
- N4008512R1701
- Archive Date
- 11/29/2012
- Point of Contact
- Gary Milton; gary.milton@navy.mil 757-341-1999 Lynn Lovejoy 757-341-1982
- Small Business Set-Aside
- Competitive 8(a)
- Description
- ENVIRONMENTAL MULTIPLE AWARD CONTRACT(S) (EMAC) FOR REMEDIAL ACTION CONSTRUCTION (RAC) FOR PROJECTS WITHIN THE NAVFAC MID-ATLANTIC AND NORTHEAST INTEGRATED PRODUCT TEAM (NEIPT) AREA OF RESPONSIBILITY (AOR), LOCATED IN THE STATES OF MAINE, NEW HAMPSHIRE, VERMONT, MASSACHUSETTS, CONNECTICUT, RHODE ISLAND, NEW YORK, PENNSYLVANIA, NEW JERSEY AND DELAWARE THIS IS A PRESOLICITATION NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). NO SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME. A RFP will be issued to obtain contractor qualifications for which the resulting contract(s), by means of a negotiated, firm fixed-price procurement, will be awarded. The solicitation will be advertised as 100% Small Business 8(a) Set-Aside. Formal source selection procedures will be followed to award to the best value offeror(s) as prescribed by Federal Acquisition Regulations (FAR) Part 15 and 36 as applicable. This solicitation will be issued as N40085-12-R-1701. The resulting contracts will be firm-fixed prices, Indefinite Delivery/Indefinite Quantity (IDIQ), Environmental Multiple Award Contract(s) (EMAC) for Remedial Action Construction (RAC) for projects with the Northeast Integrated Product Team (NEIPT) area of responsibility (AOR), located in the states of Maine, New Hampshire, Vermont, Massachusetts, Connecticut, Rhode Island, New York, Pennsylvania, New Jersey and Delaware. Project Description: The Contractor shall provide the personnel, tools, equipment, materials, transportation, and management to perform Remedial Action Construction services as required and negotiated in each individual task order. Remedial Action Construction (RAC) is the phase of the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) process where the site remedy is constructed either as an interim or final action. This phase may include the construction of various soil, sediment and/or groundwater remediation systems that function as containment (e.g. soil cover, RCRA cap, slurry wall, pump & treat systems); in-situ treatment (e.g. natural attenuation, soil vapor extraction, enhanced bio-remediation, air sparging) or ex-site treatment (air stripping, constructed wetlands, offsite disposal, stabilization, solidification). In addition to performance of the specific services listed above, the contractor will generally be responsible for maintaining records and preparation of written documents such as Operations and Maintenance (O&M) plan modifications, work plans, health & safety plans, sampling and analysis plans (SAP), and waste management plans connected with such services. The contractor may also be required to provide proposed solutions to technical problems. The work also includes performing indefinite quantity work such as repair, and /or construction directed by the Contracting Officer via issued Task Orders. Proposed Contract Task Order (CTO) ordering procedures: Each CTO will be initially awarded on a "fair opportunity" basis as outlined in FAR 16.505. Because the initial contracts will be awarded through a rigorous Best Value Source Selection (BVSS) process, we intend to make maximum use of the latitude allowed by the FAR to streamline CTO awards. Typically, only price and past performance will be considered. When required, the government will maintain the ability to employ more rigorous evaluation criteria for CTO awards. The range for individual task orders $500,000 to $3,500,000. The solicitation will also include a Seed Project. The proposed Seed Project consists of a soil removal action at a closed skeet range at NS Newport, RI. The project will consist of soil excavation and offsite disposal at an approved environmental landfill, backfill, and restoration of the site. The EMAC contract performance period will be for a base year plus four option years (60 months) with a maximum not to exceed (NTE) dollar value of $50 million for the total aggregate of all years for all contracts. Smaller or larger dollar value projects may be included at the Contracting Officer ™s discretion. The minimum guarantee for this contract for each awardee is $5,000 over the life of the contract. The Request for Proposals will be available for viewing and downloading on or about June 12, 2012. Proposal due date will be approximately July 12, 2012 at 2:00 P.M. EASTERN TIME. The solicitation will be formatted as an RFP in accordance with the requirements designated by FAR 36. The RFP evaluation factors will be as follows: 1. Corporate Experience 2. Safety 3. Management Plan 4. Past Performance 5. Price The Government intends on issuing the solicitation through the NECO web site at www.neco.navy.mil. All prospective offerors MUST register themselves on the website. All contractors are encouraged to attempt download prior to obtaining the solicitation through alternate sources. Amendments will also be posted on the website. This is the normal method for distributing amendments; therefore, it is the offerors ™ responsibility to check the website periodically for any amendments to this solicitation. The Government reserves the right to reject any or all proposals prior to award and also to negotiate with any or all offerors. OFFERORS ARE ADVISED AN AWARD IS ANTICIPATED WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Offerors should not assume they would be contacted, or afforded the opportunity to qualify, discuss, or revise their proposals. IMPORTANT NOTICE: All contractors submitting proposals on DOD solicitations must be registered in the Central Contractor Registration (CCR) prior to award of the contract. Reference is DFAR Clause 252.204-7004. The North American Industry Classification System (NAICS) Code for this project is 562910 with a size standard of $33.5M. Commander, Navy Installations Command (CNIC), has established the Navy Commercial Access Control System (NCACS), a standardized process for granting unescorted access privileges to vendors, contractors, suppliers and service providers not otherwise entitled to the issuance of a Common Access Card (CAC) who seek access to and can provide justification to enter Navy installations and facilities. Visiting vendors may obtain daily passes directly from the individual Navy installations by submitting identification credentials for verification and undergoing a criminal screening/ background check. Alternatively, if the vendor so chooses, it may voluntarily elect to obtain long-term credentials through enrollment, registration, background vetting, screening, issuance of credentials, and electronic validation of credentials at its own cost through a designated independent contractor NCACS service provider. Credentials will be issued every five years and access privileges will be reviewed/renewed on an annual basis. The costs incurred to obtain Navy installation access of any kind are not reimbursable, and the price(s) paid for obtaining long-term NCACS credentials will not be approved as a direct cost of this contract. Further information regarding NCACS is forthcoming. This solicitation is being advertised as 100% Small Business 8(a) Set-Aside.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008512R1701/listing.html)
- Document(s)
- Attachment
- File Name: N4008512R1701_Pre-SOL_EMAC_(Revised).docx (https://www.neco.navy.mil/synopsis_file/N4008512R1701_Pre-SOL_EMAC_(Revised).docx)
- Link: https://www.neco.navy.mil/synopsis_file/N4008512R1701_Pre-SOL_EMAC_(Revised).docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N4008512R1701_Pre-SOL_EMAC_(Revised).docx (https://www.neco.navy.mil/synopsis_file/N4008512R1701_Pre-SOL_EMAC_(Revised).docx)
- Record
- SN02760301-W 20120531/120529235259-70917076fde8d83e7c7fd9cee7374084 (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 |