|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 3,1999 PSA#2294Commanding Officer, NAVFACCO, Bldg 41 Code 27, NAVFACENGCOMDET-SLC,
4111 San Pedro Street, Port Hueneme, CA 93043-4410 F -- ENGINEERING AND ANALYTICAL SERVICES FOR THE NAVAL FACILITIES
ENGINEERING COMMAND, HEADQUARTERS, WASHINGTON, D.C. SOL
N47408-99-R-3911 DUE 043099 POC G.V. Romero, Contract Specialist, (805)
982-5048 Provide engineering and analytical service support for the
Naval Facilities Engineering Command, Headquarters, Washington, D.C. To
allow effective program management of the contract, firms must be able
to attend frequent meetings at NAVFAC, Washington Navy Yard,
Washington D.C., with as little as 8 hours notification. The work
required will consist of a variety engineering and analytical services
for environmental surveys, data, collection and evaluation and
training. The work is expected to cover multi-media environmental
topics. Knowledge of federal, state, Department of Defense and other
federal agencies environment laws and practices is required. Topics
include, but are not limited to the following: -- (1) Clean Water Act
(CWA), (2) Clean Air Act (CAA), (3) Hazardous Material and Waste
(HM/HW), (4), Polychlorinated Byphenyl (PCBs), (5) Underground Storage
Tanks (USTs), (6) Lead and Asbestos Abatement, (7) Spill Contingency
Planning (SCP), and (8) Solid Waste Disposal Act (SWDA), (9) Toxic
Substances Control Act (TSCA), (10) Comprehensive Environmental
Response, Compensation Liability Act of 1980 (CERCLA), (11), Superfund
Amendments and Reauthorization Act of 1986 (SARA), and (12) Resource
Conservation and Recovery Act (RCRA), (13) Sikes Act/National
Environmental Protection Act (NEPA), (14) Endangered Species Act, (15)
Coastal Zone Management Act, (16) Marine Mammal Protection Act,
including current and emerging DOD directives, instructions, and
executive orders such as, Coral Reef Protection and Alien Species, etc.
The contract type will be Time and Materials with Indefinite
Delivery/Indefinite Quantity (ID/IQ) provisions for one year in
duration with four (4) one-year options. Maximum value for Base year
and Options is $5M. The Standard Industrial Code and Size Standard is
8742 $5.0M per year. The procurement is 100% 8(a) set aside. The award
will be made on the basis of the best value to the government
including factors such as Past Performance, Technical Capability, and
Management Capability. Requests for the solicitation package should be
in writing or facsimile and addressed to: NAVFACCO Code 27161 Bldg 41,
NAVFACENGCOMDET-SLC, 4111 San Pedro St., Port Hueneme, CA 93043-4410,
Facsimile (805) 982-3015. No telephone requests for the solicitation
package will be accepted. All responsible firms capable of performing
the required services are invited to reply. It is anticipated that the
solicitation will be issued on or about 31 March 1999. Requests for
solicitation documents must reference Solicitation Number
N47408-99-R-3911. Posted 03/01/99 (W-SN303573). (0060) Loren Data Corp. http://www.ld.com (SYN# 0038 19990303\F-0001.SOL)
F - Natural Resources and Conservation Services Index Page
|
|