SOLICITATION NOTICE
U -- Environmental Services for Oil & Hazardous Substance Spill Response & Training in Bahrain, UAE, Arabian Gulf, and other areas in Middle East.
- Notice Date
- 3/13/2014
- Notice Type
- Presolicitation
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Europe and Southwest Asia, PSC 817 Box 51, FPO AE, Naples, 09622-0051, United States
- ZIP Code
- 09622-0051
- Solicitation Number
- N3319114R1014
- Archive Date
- 6/2/2014
- Point of Contact
- ELAINE R. DELL'ISOLA, Phone: 011390815687737, Kathryn A. Balonek, Phone: 390815687744
- E-Mail Address
-
elaine.dellisola@eu.navy.mil, kathryn.balonek@eu.navy.mil
(elaine.dellisola@eu.navy.mil, kathryn.balonek@eu.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Facilities Engineering Command Europe Africa Southwest Asia (NAVFAC EURAFSWA) intends to issue a Request for Proposal (RFP) for an indefinite quantity, indefinite delivery contract for Environmental Services to provide Environmental Services for U.S. bases and sites located within the Kingdom of Bahrain, the United Arab Emirates (UAE), on land and in the waters of the Arabian Gulf, and Gulf of Oman areas of Middle East Countries. The anticipated requirement will be issued under Solicitation N33191-14-R-1014. This acquisition is for the provision of all management, tools, supplies, equipment, labor and applicable licenses and permits necessary to provide Environmental Services for U.S. bases and sites located within the Kingdom of Bahrain, the United Arab Emirates (UAE), on land and in the waters of the Arabian Gulf, and Gulf of Oman areas of Middle East Countries. Environmental Services include, but are not limited to, contain, cleanup, and/or mitigate the harmful effects of oil and hazardous substance spills; spill response and pollution prevention training to US Navy personnel. The anticipated solicitation will be structured with the following base and option Contract Line Items Numbers (CLINs): CLIN 0001 - BASE: Environmental Services for both work with pre-established prices (ELINs) and work to be negotiated in accordance with the statement of services, contract terms and conditions, and task orders issued hereunder. The anticipated period of performance is 365 calendar days from the date of award. CLIN 0002 - OPTION YEAR 1: Environmental Services for both work with pre-established prices (ELINs) and work to be negotiated in accordance with the statement of services, contract terms and conditions, and task orders issued hereunder. The anticipated period of performance is 365 calendar days from the date of award of Option Year 1. CLIN 0003 - OPTION YEAR 2: Environmental Services for both work with pre-established prices (ELINs) and work to be negotiated in accordance with the statement of services, contract terms and conditions, and task orders issued hereunder. The anticipated period of performance is 365 calendar days from the date of award of Option Year 2. CLIN 0004 - OPTION YEAR 3: Environmental Services for both work with pre-established prices (ELINs) and work to be negotiated in accordance with the statement of services, contract terms and conditions, and task orders issued hereunder. The anticipated period of performance is 365 calendar days from the date of award of Option Year 3. CLIN 0005 - OPTION YEAR 4: Environmental Services for both work with pre-established prices (ELINs) and work to be negotiated in accordance with the statement of services, contract terms and conditions, and task orders issued hereunder. The anticipated period of performance is 365 calendar days from the date of award of Option Year 4. The proposed contract action will be a full and open procurement using FAR Part 15 under the North American Industry Classification System (NAICS) Code 541620 (Environmental Consulting Services.) This procurement will utilize using the lowest price technically acceptable source selection process, requiring the submission of both technical and price proposals. The total contract price for the base year and all option years combined is estimated to be approximately $2,300,000.00 US Dollars. The minimum guarantee is $10,000.00 U.S. Dollars. The Government intends to award one (1) indefinite delivery, indefinite quantity contract. Award will be made to the responsible offeror whose proposal, conforming to the RFP, will be most advantageous to the Government resulting in selection of the Lowest Price Technically Acceptable offeror, price and other factors considered. In accordance with FAR 52.217-5, Evaluation of Options, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). The solicitation is expected to be posted to www.fbo.gov on or about 28 March 2014. Proposals will be expected to be due by 28 April 2014 Central European Time (CET). All dates are tentative and are subject to change. Offerors are encouraged to check the FBO websites frequently in order to be notified of any changes to this solicitation. If you register for this solicitation, you will receive a courtesy e-mail notifying you of all amendments for this solicitation that are posted on the website. Registration for this solicitation, however, does not release the offeror from the responsibility of checking the solicitation daily for amendments. All offerors must be registered in the System for Award Management (SAM) www.sam.gov to be considered for award of any United States of America Department of Defense contract. In order to register in SAM, proposers must have a Dun and Bradstreet (DUNS) Number from http://fedgov.dnb.com/webform and a Commercial and Governmental Entity (CAGE) Code (U.S. firms) or a NATO Commercial and Governmental Entity (NCAGE) code (non-U.S. firms) from http://www.dlis.dla.mil/Forms/Form_AC135.asp. The SAM registration requirement applies to all contract awards, regardless of the country where the work is performed. It is highly encouraged for prospective proposers to begin the SAM registration process as early as possible. The point-of-contact for this Pre-Solicitation Notice is Elaine Dell'Isola. E-mail: elaine.dellisola@eu.navy.mil. Telephone: +39-081-568-7377.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/EFAMED/N3319114R1014/listing.html)
- Place of Performance
- Address: Kingdom of Bahrain, United Arab Emirates (UAE), on land and in the waters of the Arabian Gulf, and Gulf of Oman areas of Middle East Countries., United States
- Record
- SN03310247-W 20140315/140313235330-e61e169431b623f03544f43b3b828f4a (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 |