Search Contract Opportunities

Munitions Response Action Services Vieques, Puerto Rico   3

ID: N6247015R8000 • 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 pre-solicitation is being advertised as a Total Small Business Set-Aside. The NAICS code for this solicitation is 562910: Environmental Remediation Services. The size standard is 500 employees. The Government intends to award a Cost Plus Award Fee (CPAF), Indefinite Delivery, Indefinite Quantity (IDIQ) contract for one base year and four one-year option periods. The total maximum value for the contract is $95,000,000 inclusive of the base year and all options. Work will be performed by the issuance of task orders. All responsible small business offerors may submit a proposal for consideration. Market research was conducted and a Sources Sought Notice was issued under Solicitation Number N62470-15-R-8000 on 10 April 2015 resulting in the decision that this procurement be issued as a Total Small Business Set-Aside. The NAVFAC Atlantic Small Business Office and the Small Business Administration Representative concur with this set aside determination. The work includes Munitions Response Action Services predominately to be performed at former Navy facilities on Vieques, Puerto Rico. Work may also be performed at other sites located within the area of cognizance of the Naval Facilities Engineering Command, including the continental United States, the Caribbean, Europe, Africa, Southwest Asia, Hawaii, Far East, the Caribbean, Pacific, and anywhere else as required by the Government. The selected offeror will perform this work in accordance with the Department of Defense Explosives Safety Board (DDESB) requirements, the Defense Environmental Restoration Program (DERP), Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), the National Contingency Plan (NCP), and other applicable laws and regulations. The Contractor shall, depending upon the PWS for any individual task order, conduct all aspects of munitions response, which may include but are not limited to: field surveys; site visits; interviews with knowledgeable persons; prepare required work plans; prepare required safety and health plans; prepare completion/after action reports; investigation reports; conduct site monitoring; execute removal and remedial actions; implement innovative technologies; and complete final disposition of any material documented as safe (MDAS)or other debris resulting from munitions response activities. The munitions response actions may include investigations, removal actions, and remedial actions in terrestrial areas (on or beneath the land surface) or aquatic environments (marsh areas, surf zones, intertidal areas, or other under water areas.) Additionally, the munitions response work may involve working with other Navy support or oversight contractors during any of the phases of work and may include performing anomaly avoidance for support or oversight activities (e.g., biological surveys, site visits, etc.), hazardous/toxic wastes assessment/remediation projects, archaeological studies, flora and fauna studies, geotechnical studies, emergency response plans, public evacuation/safety plans and execution, public coordination, and other environmental and/or engineering studies). The work may involve but not be limited to disciplines in the following areas: explosive safety, hazardous/toxic wastes management, noise quality, air quality, water quality, risk assessment, occupational health, industrial hygiene, safety, and public health. This notice does not constitute a request for proposal. THE SOLICITATION (REQUEST FOR PROPOSAL) WILL BE ISSUED ON APPROXIMATELY 15 JULY 2016. The receipt date of proposals is approximately 22 August 2016. This solicitation will be available in electronic format only. The Request for Proposal will be made available via the Federal Business Opportunities website (www.FBO.gov ) and/or the Navy Electronic Commerce Online website (www.neco.navy.mil). All prospective offerors should download all pertinent documents from those websites. Notification of any changes to this solicitation (amendments) will only be made on the FedBizOpps website. Therefore, it is the offerors responsibility to check the internet sites regularly for any posted changes to the solicitation. Requests for documents by telephone, fax, or e-mail will not be honored. Offerors are advised that the government intends to evaluate proposals and award without discussions or any contact concerning the proposals received. Therefore, proposals should be submitted initially on the most favorable terms. Proposers should not assume that they would be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. Firms submitting proposals will not be compensated for any expenses incurred in the preparation of their proposal. All interested offerors are advised that registration in the System for Award Management (SAM) database is required prior to award of a contract. Be advised that failure to register in SAM database makes an offeror ineligible for award of DoD contracts. Information regarding this registration may be obtained by accessing the website at www.sam.gov. The following certifications and registrations are also mandatory prior to award of a contract: Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov and Wide Area Workflow (WAWF) at https://wawf.eb.mil. Potential offerors are notified that a pre-proposal conference and site visit is planned. Date and location details are to be provided at a later date. Potential offerors are encouraged but not required to attend. Any inquiries shall be e-mailed to charlotte.ange@navy.mil

Overview

Response Deadline
None
Posted
June 23, 2016, 2:57 p.m. EDT (updated: Sept. 7, 2016, 5:50 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$25 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Odds of Award
82%
On 6/23/16 Naval Facilities Engineering Command issued Presolicitation N6247015R8000 for Munitions Response Action Services Vieques, Puerto Rico. The opportunity was issued with a Small Business (SBA) set aside with NAICS 562910 (SBA Size Standard $25 Million) and PSC Z.
Primary Contact
Name
Charlotte Ange 757-322-8261
Email
Phone
None

Documents

Posted documents for Presolicitation N6247015R8000

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation N6247015R8000

Award Notifications

Agency published notification of awards for Presolicitation N6247015R8000

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation N6247015R8000

Contract Awards

Prime contracts awarded through Presolicitation N6247015R8000

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N6247015R8000

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N6247015R8000

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC ATLANTIC CMD > NAVAL FAC ENGINEEERING CMD ATLANTIC
FPDS Organization Code
1700-N62470
Source Organization Code
100076506
Last Updated
June 30, 2017
Last Updated By
PI33_DR_IAE_51681
Archive Date
June 30, 2017