Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 13, 2001 PSA #2787
SOLICITATIONS

Z -- ENVIRONMENTAL REMEDIAL ACTION CONTRACT, SOUTHERN DIVISION NAVEL ENGINEERING COMMAND IN THE STATES OF TEXAS, ILLINOIS, MINNESOTA AND INDIANA

Notice Date
February 9, 2001
Contracting Office
Commander, Southern Division, Naval Facilities Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC 29419-9010
ZIP Code
29419-9010
Solicitation Number
N62467-01-R-0284
Response Due
February 16, 2001
Point of Contact
Lauri Newkirk-Paggi, Contract Specialist, 843-820-5696
Description
DESC: THIS IS THE FIRST NOTICE. The Contracting Office at Southern Division, Naval Facilities Engineering Command is currently seeking potential sources from 8(a), HUBZONE, or Small Business firms capable of performing the work identified below. The objective of this procurement is to obtain services for performing remedial actions at environmentally contaminated sites predominately located 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 regulated under Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), Resource Conservation and Recovery Act (RCRA), Underground Storage Tanks (UST), and other sites which might require remedial action. The preponderance of the work to be placed under this contract is expected to be performed within the states of Texas, Illinois, Minnesota and Indiana. However, work may also be added and performed anywhere within the SOUTHNAVFACENGCOM Area of Responsibility, and other locations, as required by the Government. The Contractor shall provide the personnel, equipment, materials, facilities, and management to respond to multiple requests for environmental support at various sites. These services may include actions, such as, but not limited to, the following: performing remedial actions; performing removal actions; performing expedited and emergency response actions at sites; performing pilot and treatability studies; providing facility operation, maintenance and instruction; performing other related activities associated with returning sites to safe and acceptable levels and developing work plans.. The contaminants will include, but not be limited to, those identified and regulated under RCRA, CERCLA, Toxic Substances Control Act (TSCA), Solid Waste Disposal Act (SWDA), and petroleum oils and lubricants (POL), ordnance waste or unexploded ordnance. A relatively small number of sites may require remediation of radiological media. The contamination included are predominately solvents, POL, metals, acids, bases, reactives, non-explosive ordnance residues or compounds, polychlorinated biphenyls (PCBs), and pesticides. Contaminants may be present in soils, sediments, ground water, air, sludge, surface water, and man-made structures. Contaminated sites may be landfills, hazardous waste treatment storage and disposal facilities, tanks, lagoons, fire fighting training areas, or other facilities. It is the Government's intention to issue this solicitation exclusively through the Internet at http://www.esol.navfac.navy.mil. The entire solicitation will be available at the site for viewing or downloading on or about APRIL 2001. Prospective offerors are encouraged to register at the web site once the solicitation is made available. This will normally be the only method of distribution of amendments, therefore it is the offeror's responsibility to periodically check the web site for amendments to the solicitation. The official plan holders list will also be maintained on and can be printed from the web site. RFP issuance date will be on or about APRIL 2001. Any resultant contract will have a performance period which includes a base year and four option years. The contract type will be an Cost Plus Award Fee. This is a negotiated two step source selection procurement which consists of the submission of price and technical proposals. The NAICS for this procurement is 562910 with a size standard of 500 employees. This is not a request for proposals and no solicitation is available at this time. The Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Market research is being conducted to determine interest and capability of potential sources for this requirement. Do not submit capability statements; instead, companies wishing to respond are invited to go to the web site at http://www.esol.navfac.navy.mil to download the associated market survey file. Instructions for submission of the survey will be provided. The due date for responses to the market survey is 16 February 2001. Responses may be submitted in hard copy to Southern Division, Code 0232LNP at the address noted herein or EMAIL responses to Newkirk-paggilj@efdsouth.navfac.navy.mil MARKET RESEARCH FOR REMEDIAL ACTION CONTRACT, CHARLESTON, SC Purpose. To perform a market survey IAW FAR Part 10 to determine if there are any 8(a), HUBZONE, OR SB firms capable of performing the work identified. As stated in the Commerce Business Daily, sources are sought. A Government Request for Proposal (RFP) to provide these services is being developed and will be issued within three months. Scope of Requirement GENERAL. The objective of this procurement is to obtain services for performing remedial actions at environmentally contaminated sites predominately located 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 regulated under Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), Resource Conservation and Recovery Act (RCRA), Underground Storage Tanks (UST), and other sites which might require remedial action. The preponderance of the work to be placed under this contract is expected to be performed within the states of Texas, Illinois, Minnesota and Indiana. However, work may also be added and performed anywhere within the SOUTHNAVFACENGCOM Area of Responsibility, and other locations, as required by the Government. The exact location of individual efforts will be designated on individual Contract Task Orders. The Contractor shall provide the personnel, equipment, materials, facilities, and management to respond to multiple requests for environmental support at various sites. These services may include actions, such as, but not limited to, the following: -- Performing remedial actions -- Performing removal actions -- Performing expedited and emergency response actions at sites -- Performing pilot and treatability studies -- Providing facility operation, maintenance and instruction -- Performing other related activities associated with returning sites to safe and acceptable levels. -- Developing work plans Contaminants. The contaminants will include, but not be limited to, those identified and regulated under RCRA, CERCLA, Toxic Substances Control Act (TSCA), Solid Waste Disposal Act (SWDA), and petroleum oils and lubricants (POL), ordnance waste or unexploded ordnance. A relatively small number of sites may require remediation of radiological media. The contamination included are predominately solvents, POL, metals, acids, bases, reactives, non-explosive ordnance residues or compounds, polychlorinated biphenyls (PCBs), and pesticides. Contaminants may be present in soils, sediments, ground water, air, sludge, surface water, and man-made structures. Contaminated sites may be landfills, hazardous waste treatment storage and disposal facilities, tanks, lagoons, fire fighting training areas, or other facilities. Period of Performance/Estimated Value. Base year and four(4) one year option periods. Anticipated contract type is a Cost Plus, Award Fee. Estimated value of the total effort is $70M. However, total projects currently identified in these states is $35M. Instructions to Interested Parties. To submit a response, download the attached market survey, complete all areas, and fax (or e-mail) to SOUTHNAVFACENGCOM, CODE 0232LNP, Attn: LAURI NEWKIRK-PAGGI NLT 16 FEBRUARY 2001. Fax number is 843-818-6891 and email address is: Newkirk-paggilj@efdsouth.navfac.navy.mil. If additional space is needed, please attach a continuation sheet to the survey document. MARKET SURVEY FOR REMEDIAL ACTION CONTRACT, VARIOUS SOUTHNAVFACENGCOM LOCATIONS; TEXAS, ILLIONIS, INDIANA AND MINNESOTA CONDUCTED BY: Naval Facilities Engineering Command, Southern Division Lauri Newkirk-Paggi, Contract Specialist(Code 0232LNP) PO Box 190010 North Charleston, SC 29419-9010 NAME OF COMPANY: ADDRESS: POINT OF CONTACT: PHONE/FAX/EMAIL ADDRESS: 1. Is your company considered a large or small business, 8(a), or HUBZone for purposes of performing services under NAICS 562910 ENVIRONMENTAL REMEDIATION SERVICES Support Services (Small Business Size Standard 500 People) [ ]Large [ ]Small [ ]8(a) [ ] HUBZone 2. Does your company regularly engage in the business of providing Environmental Remediation Services? ________Yes _________No 3. If so, please list the specific types of tasks/services provided. 4. Please list any contracts under which your company is currently performing that would be considered the same as/similar to this effort (size, scope, complexity) as well as those you have completed within the last three years, including contract number, title, type, dollar value and references with name and phone number. 5. Are any of these contracts Cost Plus, Award Fee types? If so, list the contracts along with the name of the Government or non Government Agency that awarded the contracts. 6. Is your company performing these efforts successfully? Discuss any indicators of successful performance as measured by percentage of award fee given or favorable past performance ratings; the absence of Contract Discrepancy Reports, deductions, Cure/Show Cause Notices, or Option Periods not exercised that your company has experience under these contracts. 7. Specify which of these contracts were awarded on a competitive basis and which of them were awarded on a non-competitive basis. 8. Which of these contracts were awarded under formal source selection procedures? 9. Does your company normally submit a proposal as its own business entity or as a joint venture when competing for this type of work? 10. On the average, what percentage of the total effort does your company normally subcontract for this type of work? 11. Which specific portions of this type of effort would your company elect to subcontract? 12. Describe how your company maintains effective control (management and quality) over subcontracted portions of these contracts? 13. Describe your company's efforts to seek out small disadvantaged and women-owned businesses, and HUBZone firms for consideration in awarding subcontracts. 14. List projects that your company has performed with the SOUTHNAVFACENGCOM Area of Responsibility? Discuss your familiarity with the demographic, economic and labor profiles of these areas. 15. Describe your company's past experience with performance based specifications. 16. Does your company have an acceptable accounting system? Has it been approved/reviewed by Defense Contract Audit Agency?
Record
Loren Data Corp. 20010213/ZSOL013.HTM (W-040 SN50D2G1)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on February 9, 2001 by Loren Data Corp. -- info@ld.com