SOLICITATION NOTICE
Z -- Environmental Remediation Services
- Notice Date
- 12/13/2016
- Notice Type
- Presolicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- N62470 NAVFAC Atlantic Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
- ZIP Code
- 00000
- Solicitation Number
- N6247017R8000
- Archive Date
- 3/31/2017
- Point of Contact
- Mary Lassiter 757-322-4593
- Small Business Set-Aside
- Total Small Business
- Description
- THIS PRE-SOLICITATION IS BEING ADVERTISED AS A 100% SMALL BUSINESS SET-ASIDE PROCUREMENT. The NAICS Code for this Solicitation is 562910: Environmental Remediation Services. The Size Standard is 750 employees. The Government intends to award a Cost Plus Award Fee (CPAF), Indefinite Delivery/Indefinite Quantity (ID/IQ) Multiple Award Contract (MAC) for one base year and four one-year option periods. The total maximum value is $240,000,000 for all contracts inclusive of the base year and all options. Work will be performed by the issuance of task orders. Market research was conducted and a Sources Sought Notice was issued under Solicitation Number N62470-14-R-9010 on 10 April 2014 resulting in the decision that this procurement be issued as a 100% Small Business Set-Aside. The NAVFAC Atlantic Small Business Administration Office concurs with this set-aside determination. The work will primarily support the remediation of sites contaminated with hazardous substances in accordance with the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA), in Alabama, Alaska, Arkansas, Florida, Georgia, Idaho, Illinois, Indiana, Iowa, Kansas, Kentucky, Louisiana, Michigan, Minnesota, Mississippi, Missouri, Montana, Nebraska, North Dakota, Ohio, Oklahoma, Oregon, South Carolina, South Dakota, Tennessee, Texas, Washington, Wisconsin, Wyoming, the areas of the Caribbean, Central America, and Puerto Rico. Work could also include Base Realignment and Closure (BRAC) Program and Non-CERCLA sites throughout NAVFAC Atlantic ™s area of responsibility. Although principle sites are identified for the contract, the contractor may be required to perform at any Naval or Marine Corps activity in the area of responsibility covered by NAVFAC Atlantic. Work may also be added and performed anywhere outside of NAVFAC Atlantic ™s area of responsibility, as required by the Government. Potential tasks will include but are not limited to: performing remedial actions, removal actions, expedited and emergency response actions at sites, pilot and treatability studies, facility operation and maintenance, installing temporary support facilities such as decontamination areas, fences, roads, and utilities, developing work plans, munitions response program clean up and closure, range clean up and closure including range sustainability environmental program assessments, Resource Conservation and Recovery Act (RCRA) closures, site characterizations, geophysical surveys, hydrogeological and geotechnical testing and data analysis in conjunction with remedial action projects, multimedia sampling and analysis for physical, chemical, and geotechnical characteristics, hydrographic surveys, groundwater characterization studies, other related activities associated with returning sites to safe and acceptable levels, optimization reviews of remediation facilities and remediation strategies, munitions response quality assurance, engaging in partnering with the Navy, Comprehensive Long-term Environmental Action Navy (CLEAN) contractors, and regulatory agencies, reviewing and/or providing input on investigations, feasibility studies, evaluation of remediation alternatives, and design packages relative to remediation activities, community relations regarding the contractor ™s remedial action work, and technical support to the Navy on the full range of remedial actions. The contractor is responsible for identifying and obtaining permits, licenses, etc. required by current laws and regulations. The Government will award approximately three (3) cost reimbursable contracts resulting from this solicitation to the responsible offerors whose proposal conforming to the solicitation will be a BEST VALUE to the Government, cost and technical factors considered. Firms submitting technical and cost proposals will not be compensated for any expenses incurred in the preparation of their proposal. This notice does not constitute a request for proposal. The solicitation will be issued on approximately 13 January 2017. The receipt date of proposals is approximately 13 February 2017. This solicitation will be available in electronic format only. The Request for Proposal will be made available via the Federal Business Opportunities website (www.FBO.gov) and/or the Navy Electronic Commerce Online website (www.neco.navy.mil). All prospective offerors should download all pertinent documents from those websites. Notification of any changes to this solicitation (amendments) will only be made on the FedBizOpps website. Therefore, it is the offerors responsibility to check the internet sites regularly for any posted changes to the solicitation. Requests for documents by telephone, fax, or email will not be honored. All responsible small business offerors may submit a proposal for consideration. All interested offerors must be registered in the System for Award Management (SAM) database. Be advised that failure to register in the SAM database makes an offeror ineligible for award of DoD contracts. Information regarding this registration may be obtained by accessing the website at https://www.sam.gov. Potential offerors are notified that a pre-proposal conference and site visit will not be conducted. Inquires shall be emailed to mary.lassiter@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247017R8000/listing.html)
- Record
- SN04350004-W 20161215/161213234315-2794191f2cc5bc9742670cdd67f730a7 (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 |