Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 22, 2001 PSA #2961
SOLICITATIONS

Z -- ENVIRONMENTAL MULTIPLE AWARD CONTRACT, SOUTHERN DIVISION NAVFACENGCOM IN EPA REGIONS FOUR AND SIX

Notice Date
October 18, 2001
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, 2155 Eagle Drive, North Charleston, SC, 29406
ZIP Code
29406
Solicitation Number
N62467-01-R-0330
Response Due
December 4, 2001
Point of Contact
Robert Hess, Contracting Specialist, Phone 843-820-5619, Fax 843-820-5848, Email hessrw@efdsouth.navfac.navy.mil -- Robert Hess, Contracting Specialist, Phone 843-820-5619, Fax 843-820-5848, Email hessrw@efdsouth.navfac.navy.mil
Description
16 OCT 2001 MODIFIED NOTICE: THIS IS THE THIRD NOTICE. The Contracting Office at Southern Division, Naval Facilities Engineering Command is announcing the changes in the above referenced solicitation. The solicitation will result in several environmental multiple award contracts. The regions are as follows: EPA Region 6, Texas and Louisiana, for an estimated amount of 32 million; EPA Region 4, Mississippi, Tennessee, Kentucky, South Carolina, and Georgia, for an estimated amount of 14 million; and EPA Region 4 for Florida only at an estimated amount of 38 million. These contracts will be set-aside for small businesses. 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 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 treat ability 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 29 October 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. The RFP will be in draft format. Any resultant contract will have a performance period, which includes a base year, and four option years. The contract type will be an Indefinite Delivery, Indefinite Quantity Contract. This is a negotiated two-step source selection procurement, which consists of the submission of price and technical proposals. Phase I of this procurement will result in a narrowing of offerors to not more than five (5) firms based on Phase I evaluation factors that include: (a) Corporate Experience/Past Performance, (b) Financial and Management Systems, (c) Capability of Key Personnel. All contractors that recive a contract award will compete on subsequent task orders. Only the selected contractors will be permitted to compete on future task orders. Proposals received from other contractors will not be accepted. Subsequent task orders may be awarded on either best value or low price, technically acceptable to the government.=20 An Industry Forum Day will be held on Tuesday, 06 November 2001; 8:00 AM ? 5:00 PM. The location is Embassy Suites Convention Center, Charleston, SC. The forum will be held in the Ballroom section of the Convention Center. The purpose of the forum is to discuss the acquisition strategy of the EMAC?s in the morning and in the afternoon, the 8(a) Basic Ordering Agreements (N62467-01-R-0433), POC Bob Hess (843) 820-5619. It is not the intent to discuss matters relating to the unrestricted Remedial Action Contract Solicitation (N62467-01-R-0331) POC Shirley Berry (843) 820-5938. Please be prepared to ask questions and offer comments on the draft RFP. Please contact Ms. Katie Murray at (843) 820-5998 by COB on 31 Oct 2001 with names of attendees. 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, travel reimbursement or any cost incurred in developing information provided to the Government.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USN/NAVFAC/N62467/N62467-01-R-0330/listing.h tml)
Record
Loren Data Corp. 20011022/ZSOL006.HTM (D-291 SN511074)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on October 18, 2001 by Loren Data Corp. -- info@ld.com