Search Contract Opportunities

Indefinite Delivery Indefinite Quantity (IDIQ) Contract for Environmental Remedial Action Contract for Sites in Hawaii, Guam, and Other Areas within the Naval Facilities Engineering Systems Command Pacific Area of Responsibility   2

ID: N62742-20-R-1801 • Type: Presolicitation
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
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

This procurement is to obtain services for performing remedial actions at environmentally contaminated sites, predominantly 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) regulations, state specific regulations, and other sites which might require remedial action.

Potential tasks will include but are not limited to: Performing removal actions, remedial actions, expedited and emergency response actions at sites, pilot and treatability studies, facility operation, maintenance and instruction, other related activities associated with returning sites to safe and acceptable levels, munitions response program clean up and closure, and range clean ups and closures, RCRA closures, site characterizations, hydrographic surveys, groundwater characterization studies, harbor sediments removal and remediation, closure and/or replacement of underground storage tanks or above ground storage tanks, providing anti-terrorist/force protection (ATFP) hazardous material (hazmat) release incident responses and remediation of ATFP-related hazmat such as anthrax or any chemical, biological, or radiological (CBR) agent, munitions response quality assurance (QA), and preparing appropriate documentation of planned and completed actions. The contaminants included are predominately solvents, POLs, metals, acids, bases, reactives, non-explosive ordnance residues or compounds, polycyclic aromatic hydrocarbons (PAHs), polychlorinated biphenyls (PCBs), per-and polyfluoroalkyl substances (PFAS), MEC (including all types of discarded military munitions and unexploded ordnance), emerging contaminants, and pesticides. Contaminants may be present in soils, marine or freshwater sediments, groundwater, air, sludge, surface water, and manmade structures. Contaminated sites may be landfills, hazardous waste treatment storage and disposal facilities, tanks, lagoons, firefighting training areas, small arms ranges, or other facilities. The work to be ordered under this contract will be performed at various locations within the Naval Facilities Engineering Command (NAVFAC) Pacific area of responsibility (NAVFAC Far East, NAVFAC Hawaii, NAVFAC Marianas, NAVFAC Northwest, and NAVFAC Southwest). Work may also be added and performed anywhere outside of the NAVFAC Pacific area of responsibility, as required by the Government.

The contract will be Cost-Plus-Award-Fee (CPAF), Indefinite Delivery/Indefinite Quantity (ID/IQ) type contract. The contract term will be a base period and four one-year option periods. The minimum guarantee in the amount of $5,000 will be offered for the base period only, and the total maximum value of the contact is $245million. The Government will not issue a synopsis when exercising the option(s). THIS IS A TOTAL SMALL BUSINESS SET ASIDE. The North American Industry Classification System (NAICS) Code is 562910, Environmental Remediation Services. Small business size standard is 750 employees. A single award will be made under this solicitation. Contract award will be made to the offeror proposing the best value to the Government from a non-cost and cost standpoint. All technical evaluation factors, when combined, are considered of equal importance to Past Performance. All non-cost evaluation factors, when combined, are considered significantly more important than the cost. The non-cost evaluation factors are anticipated to be as follows: (1) Corporate Experience, (2) Safety, and (3) Past Performance. The Request for Proposal (RFP) will be available on or about 13 May 2021. The RFP can be accessed at beta.sam.gov. Amendments will be posted to the BETA SAM website at beta.sam.gov. It is the offerors responsibility to check the BETA SAM website periodically for any amendment to the solicitation.

Overview

Response Deadline
May 13, 2021, 12:00 a.m. EDT Past Due
Posted
April 29, 2021, 1:48 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$25 Million
Pricing
Cost Plus Award Fee
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
79%
On 4/29/21 NAVFAC Pacific issued Presolicitation N62742-20-R-1801 for Indefinite Delivery Indefinite Quantity (IDIQ) Contract for Environmental Remedial Action Contract for Sites in Hawaii, Guam, and Other Areas within the Naval Facilities Engineering Systems Command Pacific Area of Responsibility due 5/13/21. The opportunity was issued with a Small Business (SBA) set aside with NAICS 562910 (SBA Size Standard $25 Million) and PSC F999.
Primary Contact
Name
Vanessa Menor   Profile
Phone
(808) 472-1187

Documents

Posted documents for Presolicitation N62742-20-R-1801

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation N62742-20-R-1801

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation N62742-20-R-1801

Contract Awards

Prime contracts awarded through Presolicitation N62742-20-R-1801

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N62742-20-R-1801

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N62742-20-R-1801

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC PACIFIC CMD > NAVAL FAC ENGINEEERING CMD PACIFIC
FPDS Organization Code
1700-N62742
Source Organization Code
100076508
Last Updated
May 31, 2021
Last Updated By
vanessa.menor@navy.mil
Archive Date
May 31, 2021