R--Environmental Multiple Award (EMAC) solicitation for Environmental Remediation Services at Various Locations in Alaska, Arizona, California, Colorado, Nevada...

expired opportunity(Expired)
From: Federal Government(Federal)
N6247316R8013

Basic Details

started - 22 Jan, 2019 (about 5 years ago)

Start Date

22 Jan, 2019 (about 5 years ago)
due - 05 Mar, 2019 (about 5 years ago)

Due Date

05 Mar, 2019 (about 5 years ago)
Bid Notification

Type

Bid Notification
N6247316R8013

Identifier

N6247316R8013
Department of the Navy

Customer / Agency

Department of the Navy
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The Naval Facilities Engineering Command, Southwest, San Diego, CA, is preparing to release an Environmental Multiple Award (EMAC) solicitation for Environmental Remediation Services at various locations in Alaska, Arizona, California, Colorado, Nevada, New Mexico, Oregon, Utah, and Washington and other locations nationwide. This solicitation will be a Firm-Fixed Price (FFP), Indefinite-Delivery/Indefinite-Quantity (IDIQ), Small Business Set-Aside. The intent is to award three to five FFP/IDIQ multiple award contracts under the North American Industrial Classification System (NAICS) Code 562910, Remediation Services. The small business size standard is $20.5 million. Contracts will be awarded for a base period of 24 months and two ordering periods for 18 months each for a maximum total of 5 years.The aggregate value of all task orders issued under the contract(s) will not exceed $240,000,000. Fair opportunity will be provided for all resulting task orders in accordance with FAR
16.505(b).The services required may include, but will not be limited to, the following: performing remedial actions, removal actions, remedial design, operation and maintenance at environmentally contaminated sites, performing pilot and treatability studies, conducting compliance evaluations and assessments, permit applications, and developing work plans and reports and other related activities associated with achieving remedial action objectives at sites. Work will comply with applicable federal, state and local regulatory requirements, in addition to NAVFAC environmental work instructions (EWIs) regarding processes and procedures including, but not limited to: sampling and analysis plan production and approval, laboratory selection, administrative record maintenance and data management. The contaminants may include, but are not 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). The contaminants included are predominately solvents, POL, metals, acids, bases, reactives, polychlorinated biphenyls (PCBs), and pesticides. A relatively small number of sites may require remediation of radiological or ordnance waste, unexploded ordnance (UXO), discarded military munitions (DMM), and munitions constituents (e.g. TNT, RDX). Contaminants may be present in soils, marine 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, shorelines, firefighting training areas, housing areas, and other facilities.The types of remedial action systems to be operated, maintained and monitored may include, but will not be limited to, capped landfills, bioremediation, soil vapor extraction, natural attenuation, bioventing, air sparging, reactive walls, thermal treatment, phytoremediation, soil washing, capped aquatic environments, storm water systems, and free product recovery.Formal source selection procedures will be followed as prescribed by Federal Acquisition Regulation (FAR) Part 15 and FAR Supplement as applicable. Contracts will be awarded using best value tradeoff source selection process. Awards will be made to the responsible Offerors whose offer conforms to the solicitation and represents the best value to the Government, price and non-price factors considered: Factor 1: Specialized Experience, Factor 2: Safety; Factor 3: Technical Approach – Proposed Task Order 0001 (PTO 0001); Factor 4: Past Performance; Factor 5: Price. The solicitation will be available by electronic media under pre-solicitation notice N62473-16-R-8013 and can be viewed and downloaded from Federal Business Opportunities online located at https://www.fbo.gov on or about January 30, 2019. There will be no paper copies of this solicitation issued. Amendments will be posted on the www.fbo.gov website for downloading. This will be the only method of distribution; therefore, it is the offeror(s) responsibility to check the website periodically for any amendment(s) to this solicitation. Offeror(s) must be registered in the Systems for Award Management (SAM) at www.sam.gov and meet eligibility requirements to participate in this procurement. Plan holders list will not be faxed and will be available only at the NECO Internet website address listed above. The closing date set for receipt of proposals is March 5, 2019. Facsimile or email proposals are NOT acceptable. Late proposals will be handled in accordance with FAR 15.208. The Contract Specialist for this solicitation is Elia Ram at 619-532-1769. Questions should be submitted by email to elia.ram@navy.mil. The Contracting Officer for this solicitation is Claudia Ramirez at 619-532-1229, email at Claudia.ramirez@navy.mil. Contact Information: Elia Ram 619-532-1769 Office Address :N62473 -DO NOT USE- NAVFAC SOUTHWEST, ENVIRONMENTAL CONTRACTS CORE CODE RAQE0 1220 Pacific Highway San Diego, CA Location: NAVFAC Southwest, Environmental Contract Core Set Aside: Total Small Business

NAVFAC Southwest, Environmental Contract CoreLocation

Address: NAVFAC Southwest, Environmental Contract Core

Country : United States

Classification

NAISC: 562910 GSA CLASS CODE: R