Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 07, 2016 FBO #5279
SOLICITATION NOTICE

F -- MUNITIONS RESPONSE ACTIONS, RANGE SUSTAINMENT; ENVIRONMENTAL COMPLIANCE AND REMEDIATION SERVICES (MRRSRE); AND OTHER MUNITIONS RELATED SERVICES AT SITES IN CONUS AND OCONUS

Notice Date
5/5/2016
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N6274216R1800
 
Response Due
6/29/2016
 
Archive Date
8/29/2016
 
Point of Contact
Debra Shiroma 808 474-5914 Jenny Yatsushiro 808-471-5694
 
E-Mail Address
debra.shiroma@navy.mil
(debra.shiroma@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This procurement is for an Indefinite Delivery Indefinite Quantity (IDIQ) Environmental Multiple Award Contract (MAC) with the capability to issue Firm-Fixed Price (FFP) and Cost-Plus-Fixed-Fee (CPFF) task orders to perform Environmental Munitions Response Actions, Range Sustainment, Environmental Compliance and Remediation Services (MRRSRE) and other Munitions Related Services for various Naval Facilities Engineering Command (NAVFAC) and DOD installations worldwide. This is a competitive procurement being solicited as a 100% set-aside for small business concerns. The objective of this Multiple Award Contract procurement is to conduct munitions response actions, range sustainment, other munitions and environmental related services to permit lands and waters potentially impacted by munitions to be safely used for their intended purpose. This work may occur at sites worldwide located in the lands and waters of Continental United States (CONUS) and Outside Continental United States (OCONUS), including International Operations (IOP) supporting the U.S. Navy and Marine Corps within the geographic area cognizance of the Naval Facilities Engineering Command (NAVFAC) Pacific and Atlantic. The actions may include investigations, removal actions, remedial actions, range clearance, maintenance, and refurbishment in terrestrial areas (on or beneath the land surface) or aquatic environments (marsh areas, surf zones, intertidal areas, or other under water areas.) The contractor shall perform services that include safely locating, identifying, recovering, evaluating, managing, and performing final disposition of munitions and other debris removed from the site as designated in individual contract task orders (CTOs). All work under this contract shall be in accordance with the applicable publications specified in the Performance Work Statement. The contractor shall be familiar with, understand and have prior experience (recent and relevant) executing projects within the regulatory processes (CERCLA/RCRA/MMR) and phases (i.e., PA, SI, RI/FS, EECA/AM, PP, DD, RD, NTCRA, TCRA, etc.) normally utilized to perform munitions response actions and program. The contractor shall be familiar with, understand and have prior experience (recent and relevant) executing projects within regulatory, Department of Defense (DoD) and Component (Navy, Marine Corps, etc.) program requirements for range sustainment programs ( i.e. RCMP, RSEPA, ORC Plans, ORC, etc.) and services normally utilized to perform range maintenance and refurbishment. The Government intends to award three (3) to four (4) contracts, as appropriate to balance efficient program execution while ensuring competition among the most highly rated proposals/contractors, to ensure best value to the Government. The total maximum value is $235,000,000 for all contracts over the life of the contracts or 66 months, whichever occurs first. The Government intends on awarding contracts consisting of a 12-month base period, four (4) 12-month option periods and one (1) 6-month extension of services period. Contracts will include FAR 52.217-9, Option to Extend the Term of the Contract, and FAR 52.217-8, Option to Extend Services. The Government will not issue a synopsis when exercising the option(s). The minimum task order amount is $5,000 and the maximum amount is $25,000,000. The minimum guarantee for each contract awarded is $5,000. The acquisition is a 100% set-aside for qualified small business concerns. The North American Industry Classification System (NAICS) Code is 562910, Environmental Remediation Services. Small business size standard is 750 employees. The Best Value Tradeoff source selection process will be used for this procurement. Contracts resulting from this solicitation will be awarded to responsible offerors whose proposals, conforming to the solicitation, represents the BEST VALUE to the Government, cost and technical factors considered. Offerors are encouraged to submit their best proposal as the Government intends to evaluate proposals and award without discussions. The Government reserves the right to conduct discussions if deemed necessary to obtain the best value for the Government. Selection for award will be based on evaluation of the following factors: (1) Corporate Experience of the Offeror and Key Personnel Experience/Qualifications, (2) Safety, (3) Past Performance and Cost. The relative importance of the evaluation factors will be specified in the solicitation. The Request for Proposal (RFP) will be issued on or about 23 May 2016. The RFP will be available through the Navy Electronic Commerce Online (NECO) website https://www.neco.navy.mil or the Federal Business Opportunities (FBO) website at https://www.fbo.gov. Hard copies of the RFP will not be issued. Contractors are encouraged to register with NECO and FBO websites as plan holders as this will be the only plan holders list available. Registration instructions can be found on the NECO/FBO websites. Amendments will be posted to the NECO website. It is the offerors responsibility to check the NECO and FBO websites periodically for any amendments or notices to the RFP. Offeror(s) must be registered in the System for Award Management (SAM) at www.sam.gov and meet eligibility requirements to participate in this procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274216R1800/listing.html)
 
Record
SN04106371-W 20160507/160505234008-d2bccf5f802090890013a3ece75fe38b (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.