The RFP Database
New business relationships start here

Regional Contract for Lead, Asbestos, TCLP, and PCB Sampling and Testing


Virginia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposal and no contract will be awarded from this notice. There will not be a solicitation, specifications, or drawings available at this time. This notice is a market research tool used for planning purposes only to determine the availability and capability of small business sources.

Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MIDLANT) is seeking Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses with current relevant qualifications, experience, personnel and capability to perform a proposed contract.

An Indefinite Delivery-Indefinite Quantity type, performance-based contract is anticipated.
The total contract term including the exercise of any options, shall not exceed 60 months. Source Selection procedures will be used to evaluate and select the proposal that provides best value to the Government. The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to collect samples and perform laboratory tests for Asbestos, Lead, Toxic Characteristic Leaching Procedure (TCLP), and Polychlorinated Biphenyls (PCB). The work will take place at the following: Portsmouth Site including - Norfolk Naval Ship Yard, Portsmouth; Little Creek Site including - Naval Amphibious Base Little Creek, Norfolk; Sewells Point Site including b Naval Station and Chambers Field, Norfolk; Oceana Site includingb Naval Air Station, Fleet Training Center Damn Neck and, Fentress Airfield, Virginia Beach; Peninsula Site including b Naval Weapons Station, Yorktown and Cheatham Annex, Williamsburg.
Also included are various locations within a 50-mile radius of the above.

General Work Requirements:
The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to collect samples and perform laboratory tests for Asbestos, Lead, Toxic Characteristic Leaching Procedure (TCLP), and Polychlorinated Biphenyls (PCB).

All Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) 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 Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) is an acceptable strategy for this procurement. All qualified firms are encouraged to respond. The appropriate NAICS Code is 541380.

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, DUNS number, and CAGE Code.

(3) Please indicate if you are a Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Business.
(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 companybs 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, Acquisition
9324 Virginia Avenue, Bldg. Z140, 1st Floor, Suite 116
Attn: Malita Smith
Norfolk, VA 23511

Responses must be received no later than 4:00 PM Eastern Standard Time on February 1, 2017. Electronic submission will be accepted. Questions regarding this sources sought notice may be addressed to Malita Smith at the above address and email at malita.smith@navy.mil, or via telephone at (757) 341-1972.

Malita Smith
757-341-1972

malita.smith@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP