DOCUMENT
R -- Performance Based Environmental Security Technology Services (ESTS) Market Survey Information - Attachment
- Notice Date
- 12/18/2014
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N39430 NAVFAC EXWC, Port Hueneme 1000 23rd AVE Port Hueneme, CA
- Solicitation Number
- N3943015RESTS
- Response Due
- 1/23/2015
- Archive Date
- 3/31/2015
- Point of Contact
- Elizabeth Corder, Contracting Officer, (805) 982-4012
- E-Mail Address
-
n
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT ANNOUNCEMENT FOR PERFORMANCE BASED ENVIRONMENTAL SECURITY TECHNOLOGY SERVICES CONTRACT THIS IS A SOURCES SOUGHT ANNOUNCEMENT. THIS IS NOT A SOLICITATION ANNOUNCEMENT OR REQUEST FOR PROPOSAL. NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. This Sources Sought Announcement is a market research tool being used to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and issuance of a Solicitation. The intent of this sources sought announcement is as follows: (1) The Government is researching the contract types (i.e. Firm Fixed Price, Time and Material, Cost Type etc.) customarily utilized in the Marketplace for the following environmental services that fall under the purview of the Naval Facilities Engineering and Expeditionary Warfare Center (EXWC) for procurement. EXWC is the specialty center of the Naval Facilities Engineering Command (NAVFAC). EXWC ™s Environmental Department requires a contract to provide environmental support to satisfy overall operational objectives of the U.S. Navy and Marine Corps installations and to other federal organizations. Required services may be performed at any location worldwide, including Navy and Marine Corps facilities in both the continental United States (CONUS) and outside the continental United States (OCONUS). Work will be performed in office settings and in the field. These environmental services include various engineering and incidental services for: a. Environmental program development and implementation; b. Research, development, testing, and evaluation (RDT and E) of innovative environmental technologies, strategies and techniques; c. Implementing innovative environmental technologies, strategies and techniques; d. Technical consultation. (2) The Government is researching Industry ™s experience and recommendations re: Single Award and Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contracts in the Government sector. (3) The Government is researching to identify potential qualified 8(a), Historically Underutilized Business Zone (HUBZone), Service Disabled Veteran-Owned Small Business (SDVOSB), and Small Business (SB) offerors for environmental services as stated herein. The general SCOPE OF WORK includes tasks that fall into the following categories: I. Technology Implementation. Implement innovative environmental technologies, techniques, and strategies. II. Technical Consultation. Provide technical consultation and support of projects, systems, other Contractors, and emerging topics of concern. III. Research, Development, Testing, and Evaluation. Research more effective environmental remediation and compliance technologies, techniques, and strategies. IV. Administrative Support. Provide the following for an array of environmental documents, technologies, sites, and programs - assessments, analysis, planning, procurement, archiving, and activity-based costing. V. Range Cleanup, Sustainability, and Management. Implement and continuously improve range-related operations and programs. VI. Site Operation and Maintenance (O and M). Operate sites and innovative systems at sites, including maintenance and monitoring. VII. Climate Change Initiative. Research, develop, test, and implement broad-based innovation in the complex and evolving area of climate change, particularly as it impacts Navy/Marine Corps operations. Such initiatives will focus on technology-based solutions to problems resulting from increasing greenhouse gas (GHG) concentrations in the atmosphere. Initiatives may include: a. Develop and implement technologies focused on slowing the rise of ambient GHG concentrations in the atmosphere b. Operation and maintenance of selected technologies focused on slowing the rise of ambient GHG concentrations in the atmosphere c. Remedy selection for best technology to reduce operational carbon footprint d. Further development of climate change initiative program for Navy and Marine Corps installations VIII. Green and Sustainable Remediation Practices Develop and implement green and sustainable remediation studies and current technologies involving sustainability practices. The Contractor will incorporate sustainability into its execution of the specific project(s). IX. Leadership in Environmental and Energy Design (LEED) Research, develop, test, demonstrate, and implement sustainable solutions for green building design, construction, operations, and maintenance. Sustainable solutions will be applied to new construction and existing buildings in the LEED categories of sustainable site selection, water efficiency, reuse and recycling of materials and resources, indoor environmental quality, design innovation, and regional priorities. All projects performed under this contract should strive to maximize points and credits for LEED certification as administered by the Green Building Certification Institute. Provide overall support to energy projects at Navy and Marine Corps Installations. X. Natural Resources Develop and implement strategies for the enhancement of natural resources at Navy and Marine Corps installations. The protection of natural resources is an important objective in the Navy ™s mission and is essential to proactive Environmental Stewardship. The Contractor will have the ability to provide support to the Navy ™s natural resource programs and initiatives. XI. Training Provide environmental, and health and safety related training. In order to perform these tasks, ancillary work such as construction, or preparation of planning documents (Field Work Plan, Quality Assurance Plan, Health and Safety Plan) will be required if applicable to the task. Each Task Order can be grouped into a single category even though it has minor amounts of work that could be classified in other areas (e.g., site characterization and data analysis may require reporting, and public outreach). This procurement will involve travel, fieldwork, and incidental construction tasks related to providing environmental support. For Task Orders involving fieldwork, such work will usually occur at Navy and Marine Corps installations in the United States, both active and closing. Occasionally, those installations may reside on foreign soil. Various task orders will be awarded under this contract. Each Task Order shall have a statement of work (SOW) that states the scope of each task and subtask, specifications, directions, and reporting requirements. Occasionally, Statement of Objectives (SOOs) will be used in place of SOWs when the Government desires the Contractor maximum flexibility in proposing innovative solutions, e.g., for research development testing and evaluation (RDT and E). INTERESTED SOURCES SHOULD RESPOND WITH INFORMATION CONCERNING WHAT TYPE OF CONTRACT VEHICLE IS CUSTOMARILY UTILIZED IN THE MARKETPLACE FOR THE ABOVE MENTIONED PERFORMANCE BASED SERVICES PERTAINING TO ENVIRONMENTAL SERVICES AND TECHNOLOGY. Also, please complete the attached Questionnaire by providing the firm ™s identifying information, Small Business Status, and experience with mobilizing, resourcing and managing varying workloads of response actions at multiple sites simultaneously worldwide. THIS ANNOUNCEMENT IS NOT A COMMITMENT BY THE GOVERNMENT TO ISSUE A SOLICITATION OR TO ULTIMATELY AWARD A CONTRACT. The applicable NAICS Code is 541330 Environmental Engineering Services with a size standard of $15 Million. Interested sources must submit any comments and information to Geralyn Castro, NEXWC Acquisitions, Email: Geralyn.Castro@navy.mil, Phone: (805) 982-5605, and Patricia Venable, NEXWC EV, Email: Patricia.Venable@navy.mil, Phone: (805) 982-1411, no later than 23 January 2015. Responses received after this deadline may not be considered. Since this is a Sources Sought announcement, no evaluation letters will be issued to participants. Point of Contact: Elizabeth Corder, Contract Specialist, Phone (805) 982-4012, Email: Elizabeth.Corder@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/aca178907230f8e34962417e4bc8e7f3)
- Document(s)
- Attachment
- File Name: N3943015RESTS_N3943015RESTS__Sources_Sought_Questionnaire.docx (https://www.neco.navy.mil/synopsis_file/N3943015RESTS_N3943015RESTS__Sources_Sought_Questionnaire.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N3943015RESTS_N3943015RESTS__Sources_Sought_Questionnaire.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N3943015RESTS_N3943015RESTS__Sources_Sought_Questionnaire.docx (https://www.neco.navy.mil/synopsis_file/N3943015RESTS_N3943015RESTS__Sources_Sought_Questionnaire.docx)
- Place of Performance
- Address: NAVAL FACILITIES ENGINEERING AND EXPEDITIONARY WARFARE CENTER
- Zip Code: 1000 23RD AVENUE
- Zip Code: 1000 23RD AVENUE
- Record
- SN03599586-W 20141220/141218234423-aca178907230f8e34962417e4bc8e7f3 (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 |