Search Contract Opportunities

Remedial Action Operations(RAO) Long Term Maintenance (LTM) Multiple Award Contract (MAC)   2

ID: N4008510R3037 • Type: Sources Sought • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: March 28, 2011, 10:54 a.m. EDT
No Description Provided
Posted: Jan. 27, 2010, 3:32 p.m. EST
This is not a solicitation request for proposals and no contract will be awarded from this notice. There will not be a solicitation, specifications or drawings available at this time. Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MIDLANT) is seeking Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Business, and certified 8(a) Small Disadvantaged Businesses with current relevant qualifications, experience, personnel and capability to perform the proposed contracts. NAVFAC MIDLANT anticipates awarding a Multiple Award Contract(s) for Remedial Action Construction (RAC), Remedial Action Operations (RAO), and Long Term Management (LTM) for projects within the Hampton Roads Integrated Product Team (HRIPT) Area of Responsibility (AOR), located in the State of Virginia. The AOR for this requirement include the cities of Chesapeake, Hampton, Newport News, Norfolk, Portsmouth, Virginia Beach, Williamsburg, and Yorktown. The contract will be awarded to a maximum of five (5) contractors. The contract will be for a five year duration: base year plus four option years, with an estimated contract value of $50,000,000. General Work Requirements: The Contractor shall provide the personnel, tools, equipment, materials, transportation, and management to perform Remedial Action Construction, Remedial Action Operations, and/or Long Term Management services as required and negotiated in each individual task order. Remedial Action Construction (RAC) is the phase of the CERCLA process where the site remedy is constructed either as an interim or final action. This phase may include the construction of various soil, sediment and/or groundwater remediation systems that function as containment (e.g. soil cover, RCRA cap, slurry wall, pump & treat systems); in-situ treatment (e.g.natural attenuation, soil vapor extraction, enhanced bio-remediation, air sparging) or ex-site treatment (air stripping, constructed wetlands, off site disposal, stabilization, solidification). Remedial Action Operations (RAO) is the phase of the CERCLA process when the remediation system (possibly constructed under the RAC phase noted above) is in place and is operating, or the chemical or biological processes are occurring leading to the cleanup objective. RAO may include active remediation, monitoring, operation, and optimization for extended periods of time to reduce contaminants to site cleanup standards; along with implementation & management/maintenance of Land Use Controls (LUCs). Long Term Management (LTM) occurs when the selected remedy has achieved the cleanup goals (possibly done under the RAC or RAO phase noted above), and hazardous substances remain at the site above levels that would allow unlimited use and unrestricted exposure. LTM may include long term monitoring, implementation and/or management of land use controls (LUCs), maintenance of the final remedy, and preparation of five year reviews. In addition to performance of the specific services listed above, the contractor will generally be responsible for maintaining records and preparation of written documents such as Operations and Maintenance (O&M) plan modifications, work plans, health & safety plans, sampling and analysis plans (SAP), and waste management plans connected with such services. The contractor may also be required to provide proposed solutions to technical problems and optimization. The work also includes performing indefinite quantity work such as maintenance, repair, and /or construction directed by the Contracting Officer via issued Task Orders. Proposed Contract Task Order (CTO) ordering procedures: Each CTO will be initially awarded on a "fair opportunity" basis as outlined in FAR 16.505. Because the initial contracts will be awarded through a rigorous Best Value Source Selection (BVSS) process, we intend to make maximum use of the latitude allowed by the FAR to streamline CTO awards. Typically, only price and past performance will be considered. When required, we will maintain the ability to employ more rigorous evaluation criteria for CTO awards. Follow-on CTOs will be ordered as an "exception to the fair opportunity process" as outlined in FAR 16.505. Because O&M/Long Term Monitoring (LTM) requires consistent management, it would be impractical to re-compete each CTO at its completion. Each awardee will have a fair opportunity to be considered for the original orders; however, we will attempt to negotiate subsequent follow-on CTOs on a sole-source basis in the interest of economy and efficiency. If we are unable to negotiate a fair and reasonable price, we will reserve the right to compete the follow-on work on a "fair opportunity" basis to all contract awardees. The range for individual task orders $1,000,000 to $5,000,000. All Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Business, and certified 8(a) Small Disadvantaged Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. One of the main functions of this synopsis is to assist the Contracting Officer in determining whether an 8(a), HUBZone Small Business, or Service Disabled Veteran Owned Small Business Set-aside is an acceptable strategy for this procurement. If a full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. All qualified firms are encouraged to respond. The Government anticipates a contract award for these contracts in September 2010. The appropriate NAICS Code is 562910 with a size standard of 500 employees. It is requested that interested parties submit a brief capabilities package not to exceed 5 pages. This capabilities package shall address, at a minimum the following: (1) Examples of projects worked within the last five years of similar size, scope and complexity as the work indicated. Knowledge of the state regulations within the AOR. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of contact. (2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), available bonding capacity in excess of $16,000,000 per contract, DUNS number, and CAGE Code. (3) Please indicate if you are an 8(a), HUBZone, Service Disabled Veteran Owned, Woman Owned, and Veteran Owned. (4) In order to assist us in determining the geographic boundaries of the contract(s) necessary to cover the services of the proposed requirement within our AOR, please identify the geographic area in which you can operate in an efficient and economical manner. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company's ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. Responses to this Sources Sought Notice shall be mailed to the following address: Commander NAVFAC Mid-Atlantic, HR IPT, 9324 Virginia Ave., Bldg. Z140, 1st Floor, Room 117 Attn: Patricia Lathan Norfolk, VA 23511-3689. Responses must be received no later than 2:00 pm Eastern Standard Time on 03 FEBRUARY 2010.

Overview

Response Deadline
April 8, 2011, 1:00 a.m. EDT (original: Feb. 3, 2010, 12:00 a.m. EST) Past Due
Posted
Jan. 27, 2010, 3:32 p.m. EST (updated: April 1, 2011, 5:30 p.m. EDT)
Set Aside
None
Place of Performance
OCEANA , Virgina Beach, VA 23455 US Hampton Roads Integrated Pr
Source

Current SBA Size Standard
$25 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Odds of Award
70%
Signs of Shaping
66% of similar contracts within the Department of the Navy had a set-aside.
On 1/27/10 Naval Facilities Engineering Command issued Sources Sought N4008510R3037 for Remedial Action Operations(RAO) Long Term Maintenance (LTM) Multiple Award Contract (MAC) due 4/8/11. The opportunity was issued full & open with NAICS 562910 and PSC C.
Primary Contact
Name
N4008510R3037 757-341-1661 Kyle Beagle kyle.beagle@navy.mil kyle.beagle@navy.mil
Email
Phone
None

Documents

Posted documents for Sources Sought N4008510R3037

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought N4008510R3037

Award Notifications

Agency published notification of awards for Sources Sought N4008510R3037

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought N4008510R3037

Contract Awards

Prime contracts awarded through Sources Sought N4008510R3037

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N4008510R3037

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N4008510R3037

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC ATLANTIC CMD > NAVFAC MID-ATLANTIC > NAVAL FAC ENGINEERING CMD MID LANT
FPDS Organization Code
1700-N40085
Source Organization Code
100513874
Last Updated
April 8, 2011
Last Updated By
PI33_DR_IAE_51681
Archive Date
April 8, 2011