Indefinite Delivery / Indefinite Quantity (IDIQ) Remedial Action Operation Multiple Award Contract (RAOMAC) for Projects primarily in Hampton Roads, Virginia NAVFAC MIDLANT Area of Responsibility (AOR)
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Updated)
- Updated Published Date: Dec 28, 2021 06:27 am EST
- Original Published Date: Jun 23, 2021 08:11 am EDT
- Updated Response Date: Feb 28, 2022 02:00 pm EST
- Original Response Date: Jul 06, 2021 02:00 pm EDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date: Mar 01, 2022
- Original Inactive Date: Jul 06, 2021
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
- NAICS Code:
- 562910 - Remediation Services
- Place of Performance: Norfolk , VAUSA
Description
This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this pre-solicitation synopsis is to notify potential offerors of Small Businesses of an Indefinite Delivery, Indefinite Quantity, Remedial Action Operation Environmental Multiple Award Contract for Projects primarily within Hampton Roads, VA and outlying facilities. Area of Responsibility includes West Virginia, North Carolina, and South Carolina as well as Navy and Marine Corps Active Duty and Reserve Facilities throughout the U.S. NAVFAC MIDLANT AOR.
This contract(s) will require the ability to manage multiple task orders concurrently. Work includes, but is not limited to, sites regulated under Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), Resource Conservation and Recovery Act (RCRA), Underground Storage Tanks (UST), Clean Water Act, Clean Air Act, Natural Resources, and other environmental programs, which might require corrective action, mitigation, sampling, inspection programs, studies, or remedial action. This contract focuses primarily on environmental services and environmental studies but could involve other environmental work such as compliance projects. All work shall be in accordance with Department of the Navy Environmental Restoration Program Manual, OPNAV M-5090.1, MCO 5090.2a, and all other appropriate federal, state, and local laws and regulations. The selected contractor(s) will be responsible for all labor, materials, appurtenances, transportation, equipment, and supervision required to accomplish environmental services entailing a wide range of projects.
General Work Requirement:
The Contractor shall provide the personnel, tools, equipment, materials, transportation, and management to perform the services as required and negotiated in each individual task order. These services may include but not limited to:
*Operation, maintenance, inspection, repairs, modifications and removal and dismantling of existing remedial treatment systems according to established procedures.
*Construction of environmental removal actions/remedies; as well as field modification to treatment
facilities, storage systems and spill containment/control processes
*Documenting and reporting findings
*Other relating activities associated with restoring areas to safe and acceptable condition.
*Treatment systems can include tanks, POL pipelines, storm water drains, oil water separators, pumps
and manholes.
*Provide inspections, cleaning, maintenance and repair per State
Regulations.
*Hazardous materials / hazardous waste / Toxic substances management, sampling, analysis, removal and
Reporting
The types of systems will include but are not limited to:
- Groundwater Treatment Plants (GWTP)
- Various types of soil caps and RCRA landfill caps
- Subslab depressurization systems
- Air sparging, soil vapor extraction, bioslurper and free product recovery systems
- Wastewater treatment facilities
- Bioremediation systems
- Natural Attenuation
- Monitoring of groundwater wells
- Disposal and Storage of investigative derived waste
- Sampling and analysis of various media including water, soil, sediment, air and vapor
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 Operation and Maintenance (O and M) plan modifications, work plans, health and 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.
It is anticipated approximately three (3) to five (5) contracts will be awarded as a result of this potential solicitation. The duration of the contract(s) will be for one year form the date of contract award with four (4) one-year option periods. The total five –year (base and four one-year options) estimated cost for all contracts will not exceed $30 million for the life of the contract. The preponderance of the work issued under these contracts will be between $50,000 and $250,000; however, smaller and larger dollar value projects may be considered.
The procurement method utilized is the Federal Acquisition Regulation (FAR) Part 15, “Contracting by Negotiation.”
This solicitation will be advertised as a “Small Business” set-aside. This is a source selection procurement requiring both non-price (technical and past performance) and price proposals, and will utilize the best value continuum process at FAR 15,101-1, Tradeoff. The basis of evaluation and evaluation factors for award will be included in the solicitation.
The primary North American Industry Classification System (NAICS) Code for this procurement is 562910 Except - Environmental Remediation Services, with a size standard of 750 employees.
Offerors must be able to demonstrate bonding capacity for an aggregate amount of $4,000,000 per year.
On 10 April 2021, the NAVFAC MIDLANT Deputy for Small Business approved a DD2579 Small Business Coordination Record recommending a Total Small Business set-aside procurement.
The Request for Proposal (RFP) will be issued by NAVFAC MID-ATLANTIC CON41 on or about 30 January 2022. The solicitation will be N40085-21-R-0149 on the Sam.Gov website at https://sam.gov/. Ensure that you register with the site so you will receive emails applicable to this solicitation in the event of any amendments and/or any changes regarding this solicitation and/or solicitation of interest. Primary POC: Andre Forte, 757-341-1974, Email: andre.d.forte.civ@us.navy.mil
IMPORTANT NOTICE: All prospective offerors must be registered in the System for Award Management (SAM). You must have an active registration in SAM to do business with the federal government. For additional information, go to https://sam.gov/.
Attachments/Links
Contact Information
Contracting Office Address
- 9324 VIRGINIA AVENUE
- NORFOLK , VA 23511-0395
- USA
Primary Point of Contact
- Andre Forte
- andre.d.forte.civ@us.navy.mil
- Phone Number 7573411974
Secondary Point of Contact
History
- Feb 15, 2022 06:46 pm ESTPresolicitation (Updated)
- Feb 09, 2022 08:43 am ESTPresolicitation (Updated)
- Jan 31, 2022 11:28 am ESTPresolicitation (Updated)
- Dec 28, 2021 06:27 am ESTPresolicitation (Updated)
- Dec 01, 2021 08:50 am ESTPresolicitation (Updated)
- Sep 08, 2021 10:41 am EDTPresolicitation (Updated)
- Aug 09, 2021 06:51 am EDTPresolicitation (Updated)
- Aug 09, 2021 06:49 am EDTPresolicitation (Updated)
- Jul 27, 2021 02:01 pm EDTPresolicitation (Updated)
- Jul 01, 2021 03:24 pm EDTPresolicitation (Updated)
- Jul 01, 2021 03:15 pm EDTPresolicitation (Updated)
- Jun 23, 2021 02:19 pm EDTPresolicitation (Updated)
- Jun 23, 2021 08:15 am EDTPresolicitation (Updated)
- Jun 23, 2021 08:11 am EDTPresolicitation (Original)