SOLICITATION NOTICE
F -- INDEFINITE DELIVERY INFEFINITE QUANTITY (IDIQ) FIXED PRICE REMEDIAL ACTION CONTRACT (FRAC) #7 VARIOUS SITES IN THE NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND PACIFIC AREA OF RESPONSIBILITY
- Notice Date
- 5/5/2021 11:14:39 AM
- Notice Type
- Presolicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- NAVAL FAC ENGINEEERING CMD PACIFIC JBPHH HI 96860-3134 USA
- ZIP Code
- 96860-3134
- Solicitation Number
- N62742-21-R-1801
- Response Due
- 5/20/2021 12:00:00 AM
- Archive Date
- 06/30/2021
- Point of Contact
- Vanessa Menor, Phone: (808)472-1187
- E-Mail Address
-
vanessa.menor@navy.mil
(vanessa.menor@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The objective of this procurement is to obtain services for performing remedial actions at environmentally contaminated sites located predominately at Navy and Marine Corps installations and other Government agencies.� The sites will consist of those ranked on the Superfund National Priority List (NPL) as well as non-NPL sites, Resource Conservation and Recovery Act (RCRA), underground storage tanks (USTs), operational small arms firing ranges, and other sites that might require remedial action. The Contractor shall provide all personnel, equipment, materials, and facilities to respond to multiple requests for environmental and related support at various sites.� These services may include actions such as, but not limited to, the following: - Performing remedial action construction and operations; - Performing removal actions; - Performing harbor sediments removal, remediation, and waste management; - Excavation of soil from various sites; - Hauling and disposal of hazardous and non-hazardous wastes or contaminated material; - Performing MEC/MPPEH clearance involving handling, screening, and disposal of MEC/MPPEH items; - Closure and/or replacement of underground storage tanks or above ground storage tanks; - Performing other related sampling activities, including long-term monitoring, operations and maintenance of remedial action systems; - Performing inspection and maintenance of Land Use Controls, and; - Preparing appropriate documentation of planned and completed actions The work to be ordered under this contract will be performed at various sites within the Naval Facilities Engineering Systems Command (NAVFAC) Pacific area of responsibility (AOR) (NAVFAC Hawaii, NAVFAC Marianas, NAVFAC Far East, NAVFAC Northwest, and NAVFAC Southwest). Work may also be added and performed anywhere outside of the NAVFAC Pacific AOR and may include work for other NAVFAC Components, Department of Defense, or federal agencies, as required by the Government. The contract will be a Firm Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) multiple award contract (MAC).� A MAC is a contract awarded from a single solicitation, and may result in award to multiple contractors.� The contract period of performance is anticipated to consist of a 12-month base period and seven (7) potential 12-month option periods for a total maximum duration of 96 months.� The estimated maximum dollar value, including the base year and all options, for all contracts combined is $120,000,000.� The Government makes no representation as to the number of task orders or actual amount of work to be ordered; however, during the term of the contract, a minimum of $5,000 is guaranteed for each awardee under the base period of the contract.� There are no additional minimum guarantees obligated for each option year.� The Government will not issue a synopsis when exercising the option(s). THIS IS A TOTAL SMALL BUSINESS SET-ASIDE.� Work to be performed under the MAC will be within the primary North American Industry Classification System (NAICS) code 562910 � Environmental Remediation Services, and the corresponding size standard is 750 employees.� Contract award will be made to the offeror proposing the best value to the Government from a non-price and price standpoint.� The non-price evaluation factors are anticipated to be as follows: (1) Experience, (2) Safety, and (3) Past Performance. All technical evaluation factors, when combined, are considered of equal importance to Past Performance.� All non-price evaluation factors, when combined, are considered significantly more important than price.� The solicitation documents will be available on or about 20 May 2021 through the beta.SAM.gov website at the following link https://beta.sam.gov/ .� Revisions to any posted documents will be posted to the beta.SAM.gov web site.� It is the responsibility of the Offeror to check the beta.SAM.gov website periodically for any amendment to the solicitation.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0a5e9c40a25749569a1cd7db09233990/view)
- Record
- SN05991980-F 20210507/210505230111 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |