Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 9, 2001 PSA #2825
SOLICITATIONS

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

Notice Date
April 5, 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-0330
Response Due
July 31, 2001
Point of Contact
Lauri Newkirk-Paggi, Contract Specialist, 843-820-5696
Description
THIS IS THE SECOND NOTICE. The Contracting Office at Southern Division, Naval Facilities Engineering Command is announcing the results of the market survey that was conducted in February of this year. The solicitation will result in two contract awards. One will be set-aside for 8(a). This contract will be in the states of Illinois, Minnesota and Indiana for a total amount of $25,000,000.00. The other will be set-aside for small business in the state of Texas for an amount of $35,000,000.00. 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 MAY 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.
Record
Loren Data Corp. 20010409/ZSOL021.HTM (W-095 SN50I3Z8)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on April 5, 2001 by Loren Data Corp. -- info@ld.com