SOLICITATION NOTICE
99 -- ENVIRONMENTAL MULTIPLE AWARD CONTRACT (EMAC) FOR ENVIRONMENTAL SERVICES AND IMPLEMENTATION OF REMEDIAL ACTIONS, NAVFAC MID-ATLANTIC (midwest)
- Notice Date
- 7/31/2014
- 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
- N4008514R5235
- Point of Contact
- Pamela Waller 757-341-1972 LeeArjetta Hamilton, 757-341-1971
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- THIS IS A PRESOLICITATION NOTICE ONLY. NO SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME. Environmental Multiple Award Contract (EMAC) for Naval Facilities Engineering Command (NAVFAC) nationwide will be posted on the Navy Electronic Commerce Online (NECO) website on or about AUGUST 15, 2014. Estimated proposal due date shall be at least 30 days after the RFP is posted. Technical inquiries must be submitted in writing to Pamela Waller (pamela.waller@navy.mil) 15 days prior to the RFP due date. Historically, volumes of work have been performed at various locations throughout the Midwest region; which includes the following states: Arkansas, Illinois, Indiana, Iowa, Kansas, Kentucky, Michigan, Minnesota, Missouri, Nebraska, North and South Dakota, Oklahoma, Ohio, Tennessee, and Wisconsin. The preponderance of the work is at the Naval Station Great Lakes, Illinois, Naval Surface Warfare Center (NSWC) Crane, Indiana, and Naval Support Activity Millington, Tennessee. However if deemed necessary, other locations within the NAVFAC AOR may be included to meet workload. This procurement is 100% set-a side for competitive Service Disabled Veteran Owned Small Business (SDVOSB) firms located in the contiguous United States. The NAICS Code for this procurement is 562910, with a size standard of 500 employees. The Governments objective is to obtain services, including all labor, material, appurtenances, transportation, equipment, and supervision required to provide environmental services entailing a wide range of projects; such as, but not limited to: 1. Environmental actions such as: removal actions, expedited cleanup actions, landfill maintenance and repair, AST/UST removal and/or replacement, building decontamination and demolition, asbestos/lead/mold abatement, dredging, repair/placement of natural resource/erosion controls, and other related activities associated with returning sites to safe and acceptable levels of contamination. Actions may include, but will not be limited to demolition, landfill repair, pump-and treat remediation, bioremediation, soil vapor extraction, natural attenuation, bioventing, air sparging, thermal treatment, phytoremediation, physical removal, soil washing, and free product recovery. 2. Environmental services supporting remedial activities such as: operating, maintaining monitoring, and optimizing performance of remedial action systems including pilot and treatability studies; long term monitoring and operation and maintenance of remedial action systems; implementation of monitoring plans; and restoration activities such as masonry, paving, electrical, plumbing, painting, as an appurtenance to environmental projects. Types of remedial action systems to be operated, maintained, and monitored may include but are not limited to: capped landfills, pump-and-treat remediation, bioremediation, soil vapor extraction, natural attenuation, bioventing, air sparging, reactive walls, thermal treatment, phytoremediation, soil washing, capped aquatic environments, storm water systems, and free product recovery. 3. General Environmental services such as: soil and groundwater remediation; site characterization and assessment; remedial design; hazardous and environmental non-hazardous waste documentation, handling, treatment, and disposal; wetland and other biological surveys/delineation; environmental baseline/assessment studies; media sampling including; air, water, asbestos, lead, hazardous waste, and other potentially regulated materials; special analytical services for non-standard contaminants, noise monitoring/analysis; and geological, hydro-geological and environmental engineering design and oversight. 4. Environmental programmatic support, such as audits, facility inspections, Administrative Record preparation and/or maintenance, Land Use Control implementation and monitoring, data submittals to NIRIS, environmental data management, environmental database management, administration of public outreach and public comment, and other special projects as required to achieve and maintain compliance and remedial and compliance regulatory requirements. Offerors shall demonstrate the ability to have performed this work on previous projects. This solicitation will use source selection procedures in which the Government will evaluate proposals based on the following factors: 1) Corporate Experience 2) Past Performance 3) Management Approach 4) Safety 5) Technical Approach for initial seed project 6) Price The solicitation will result in up to five Multiple Award Contract (MAC) awards. The best value offeror will receive one of the MAC awards, as well as the initial/seed project. The remaining best value offerors selected will receive a Multiple Award Contract that will include a minimum guarantee of $1,000. The preponderance of the work will be between $10,000 and $500,000. The contract vehicle may have occasional projects ranging from $3.5 million to $8 million. The contracts will be for a 12 month base year and potential four option years. The estimated maximum value for all contracts is $45,000,000. This will be a service contract, but may have occasional construction task orders. Performance and payment bonds will be required on all follow on construction task orders. All interested firms must have bonding capability of $8,000,000 for a single project, and will be required to provide proof of bonding capability at time of proposal. As the solicitation will be issued via the internet, all prospective offerors MUST register themselves on the website. All contractors are encouraged to attempt to 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. FOLLOW-ON WORK AFTER AWARD: The successful offerors awarded an EMAC contract will compete on future task orders. Offerors will be expected to submit technical and price proposals on all/most future task orders. Lack of participation may result in the Government not exercising the option for extending the contract. Participation in the pre-proposal conferences or site visits for the initial award or any task orders is mandatory and is the responsibility of the offeror and is not reimbursable by the Government. The task order statements of work may be written based on Government/Contractor team cooperative scoping of the work. Each awarded task order will indicate a specific completion date and NFAS Clause 5252.246-9303 Consequences of Contractors Failure To Perform Required Services will be incorporated in the contract as prescribed in 46.407(a). Liquidated Damages and Davis Bacon Wages will apply to any construction task orders. Subsequent task orders may be awarded on either the best value trade off continuum or lowest price technically acceptable. If the Government decides to issue the task order as a best value trade off, award factors will vary depending on the unique requirements for each task order. IMPORTANT NOTICE: All contractors submitting bids, proposals, or quotes on Department of Defense solicitations must be registered in the System for Award Management (SAM) database. Failure to register in the SAM database will make an offeror ineligible for award. The SAM website can be accessed at www.sam.gov/portal/SAM.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008514R5235/listing.html)
- Record
- SN03444575-W 20140802/140731235217-a21dd53d6c0cd8bef816fc694e1cddad (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 |