Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 28, 2001 PSA #2797
SOLICITATIONS

Z -- ENVIRONMENTAL REMEDIAL ACTION CONTRACT, ENGINEERING FIELD ACTIVITY, NORTHWEST, NAVAL FACILITIES ENGINEERING COMMAND, IN THE STATES OF WASHINGTON, OREGON, IDAHO, MONTANA, UTAH, NEVADA AND ARIZONA

Notice Date
February 26, 2001
Contracting Office
Engineering Field Activity, NW, NAVFACENGCOM, 19917 7th Ave NE, Poulsbo, WA 98370-7570
ZIP Code
98370-7570
Solicitation Number
N44255-01-R-2000
Response Due
January 3, 2012
Point of Contact
Val Vitacolonna, Contract Specialist (360) 396-0267
Description
THIS IS THE FIRST NOTICE. The Contracting Office at Naval Facilities Engineering Command, Engineering Field Activity, Northwest (EFANW) is currently seeking potential sources from 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 in the state of Washington. However, work may also be added and performed anywhere within the EFANW Area of Responsibility (Washington, Oregon, Idaho, Montana, Utah, Nevada and Arizona), 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, petroleum, oils, and lubricants (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, housing 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. We anticipate that the solicitation will be available in mid to late spring. 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. Any resultant contract will have a performance period, which includes a base year and four option years. The contract type will be Cost Plus Award Fee. The estimated value of the total contract is $125M with a projected annual budget of $25M per year. This will be a negotiated two-phase source selection procurement, which consists of the submission of price and technical proposals. The NAIC 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 IAW FAR Part 10 to determine if there are any small business firms capable of performing the work identified. Do not submit capability statements; instead, interested firms must respond to this sources sought and provide information based on the following market survey. The due date for responses to the market survey is 4:00 p.m. PST on 12 March 2001. Responses may be submitted in hard copy to Engineering Field Activity, Northwest, Val Vitacolonna, Contract Specialist (Code 05EKVV) at the address noted above. Identify on outside of envelope, "RESPONSE TO SOURCES SOUGHT FOR REMEDIAL ACTION CONTRACT". Instructions to Interested Parties: Provide the following: NAME OF COMPANY: ADDRESS: POINT OF CONTACT: PHONE/FAX/EMAIL ADDRESS: 1. Indicate if your company is a small, small disadvantaged, 8(a), HUBZone, woman-owned, veteran or disabled veteran-owned for purposes of performing services under NAIC 562910 ENVIRONMENTAL REMEDIATION SERVICES (Small Business Size Standard 500 employees). 2. List any contracts under which your company is currently performing or have completed within the last 3 years that would be considered the same as/similar to the effort described above. Include the contract number, title, type of contract (e.g. cost or firm-fixed price), dollar value and references with contact name and current phone number. Also indicate if the work was performed as prime or subcontractor. 3. 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. 4. Specify which of these contracts were awarded on a competitive or non-competitive basis. 5. Specify which of these contracts were awarded under formal source selection procedures. 6. Indicate if your company performed the listed contracts as its own business entity or as a joint venture. If performed as a joint venture, provide the name of the joint venture. 7. What percentage of the total effort does your company normally subcontract for the type of projects listed? 8. Which specific portions of this type of effort did your company elect to subcontract? 9. Describe how your company maintains effective control (management and quality) over subcontracted portions of these contracts. 10. Describe your company's efforts to seek out small disadvantaged, women-owned, veteran/disabled veteran-owned businesses, and HUBZone firms for consideration in awarding subcontracts. 11. List projects that your company has performed within the EFANW Area of Responsibility. 12. Discuss your familiarity with the demographic, economic and labor profiles of these areas. 13. Discuss your knowledge and experience in working with regulatory agencies in the EFA NW Area of Responsibility. 14. Describe your company's past experience with performance-based specifications. 15. Does your company have acceptable accounting, purchasing, billing and government property systems as required for managing cost reimbursable contracts? 16. Have these systems been reviewed/approved by Defense Contract Audit Agency (DCAA)? Provide supporting documentation that these systems have been reviewed/approved by DCAA or cognizant Administrative Contracting Officer, and include the name, phone number and address of the auditing office. 17. Discuss how your firm would efficiently absorb and manage a substantial increase in volume of work and increase of annual revenues of 50% or more.
Record
Loren Data Corp. 20010228/ZSOL011.HTM (W-057 SN50E6H8)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on February 26, 2001 by Loren Data Corp. -- info@ld.com