Emergency Oil and Hazardous Substance/Hazardous Waste (OHS) spill response, sampling and cleanup services Blanket Purchase Agreement (BPA)
**The purpose of this amendment is to provide responses to the following questions:** QUESTION: Attachment A pricing submitted by bidder will be used for RFQ Evaluation only? After award will all real... **The purpose of this amendment is to provide responses to the following questions:** QUESTION: Attachment A pricing submitted by bidder will be used for RFQ Evaluation only? After award will all real world BPA ER Call Outs be priced on a case-by-case basis? ANSWER: Yes. Attachment A pricing will only be used for RFQ Evaluation. Real world BPA ER Call Outs remain priced on a case-by-case basis after award. No change from current contract. QUESTION: Attachment A pricing “Waste Streams” worksheet “Unit of Issue” column has no units defined should we price by; 55gallon drum, per pound, per gallon or per ton? ANSWER: Price per ton for the solids, per drum for the Non-RCRA Oil and Water Drum, and per gallon for Non-RCRA Oil and Water Bulk and Flammable Liquid. QUESTION: RFQ page 14 of 42 Item #7 OH&S SPILL RESPONSE SUPPORT OPTIONS NOT FUNDED BY DLA NOR STORED AT INSTALLATION DLA FUEL FACILITIES Item F. Option Work Elements, states the Contractor will participate in drills, if this option is exercised will the Contractor be compensated for employee hours and/or travel to participate in these drills? ANSWER: Yes. The Contractor we be compensated for employee hours and/or travel to participate in these drills. All other information remains the same. _______________________________________________________________________________________________ **The purpose of this amendment is to extend the closing date to 17 September 2021 @ 2PM PST and provide responses to the following questions:** QUESTION: Are the volumes in the rate sheet indicative of the typical annual ER call outs? ANSWER: Yes QUESTION: If, what is the annual spend for this contract, knowing there are currently three vendors? ANSWER: Please see response to previous question. ____________________________________________________________________________________________ **The purpose of this amendment is to provide a response to the request below:* QUESTIONS/REQUEST: Requesting FOIA information for this BPA, including the name of the incumbent and contract rates: ANSWER: The incumbent contractors are as follows: N62473-17-A-0002 = Advanced Chemical Transport, Inc.; N62473-17-A-0003 = G2RJ Incorporated DBA Trevet; N62473-17-A-0004 = Black Gold Industries. Offerrors may submit a request for copies of contracts from the NAVAFAC SW Freedom of Information Act (FOIA) Administrator. Offerrors must provide the Contract Number and the Contractor Name with their request. Send FOIA requests to the following email address: kathy.v.lewis@navy.mil. Offerrors must bear in mind that each solicitation and contract stands on its own; and past contracts may not be a reflection of future solicitations and/or resultant contracts. All other information remains the same. __________________________________________ **The purpose of this amendment is to replace the RFQ with an updated version.** All other information remains the same. Naval Facilities Engineering Systems Command (NAVFAC) Southwest, San Diego, California, is announcing its issuance of Requests for Quotes (RFQ) to up to five (5) firms for the establishment of Blanket Purchase Agreements (BPAs) for Environmental Services for the Emergency Oil and Hazardous Substance/Hazardous Waste (OHS) spill response, sampling and cleanup services for U.S. Navy and U. S. Marine Corps installations and Base Realignment and Closure Installations (BRAC) predominantly located in States within the Naval Facilities Engineering Systems Command NAVFACSYSCOM) Southwest’s Area of Responsibility (AOR) including but not limited to California, Arizona, Nevada, Washington and Oregon. The requirement is being procured under the Simplified Acquisition Procedures (SAP) of the Federal Acquisition Regulations (FAR) Part 13. This procurement is 100% set-aside for Small Business Concerns. The NAVFAC SW Small Business Office concurs with this set-aside determination. The North American Industry Classification System (NAICS) Code is 562910 Remediation Services. The Small Business Size Standard is $750 Employees. Under this agreement, the BPA Contractor will provide services in connection with emergency hazardous substance control, response and removal and/or sampling services as required for a spill or emergency compliance requirement at a Navy or Marine Corps installation or at a location resulting from a Naval or Marine Corps operations. As requested by an Authorized BPA Caller, the Contractor will be required to identify, control, contain, neutralize, collect, remove, document and ultimate disposition including disposal of the hazardous substances and other materials, including removal of contaminated surfaces to the appropriately classified facility for disposal. The Authorized BPA Caller has full authority to determine the emergency hazardous substance cleanup related services to be performed by the service provider. The minimum order will be four (4) hours for all personnel. A minimum of two (2) employees will respond when notified of spills, the Contractor shall decide the labor category of the employees, with concurrence of the Authorized BPA Caller. While on site during mobilization, the Contractor will be required to make an initial assessment and develop Site and Safety Plan(s). Plans will outline the Contractor’s estimates for the cleanup, including: the number of personnel hours by labor category, material and equipment requirements, a proposed cleanup schedule, and adherence as appropriate to Army Corps of Engineer’s Safety and Health Requirements Manual EM 385-1-1. The Government will review and accept the plan(s), authorizing the Contractor to proceed. The Contractor shall provide all labor, materials, and equipment to cleanup all spills ordered under this agreement. The Contractor shall provide a fixed hourly rate for each labor category. These rates must include wages, benefits, overhead, protective clothing (Levels A, B, C, and D) and equipment rates both hourly and daily. Contractor’s registration with California Environmental Protection Agency (CalEPA) shall be kept current at all times. A copy of the current transporter registration shall be kept with each vehicle use for transportation of hazardous waste. Hazardous substances and hazardous wastes are defined in Title 22 CCR, Division 20 of the Health and Safety Code, and 40 and 49 CFR. Hazardous substances may include but is not limited to fuels, paints, solvents, plating solutions, PCBs, CERCLA substances, hazardous waste, and oils. When a hazardous substance or waste is spilled, it must be cleaned up in accordance with the appropriate regulatory agency requirements and with the concurrence of the Environmental Authorized BPA Caller. Each BPA shall not exceed the Simplified Acquisition Threshold of $250,000. The period of performance for the proposed BPA is five (5) years. INSTRUCTIONS TO OFFERORS Please respond to the Request for Quote (RFQ) and include the following information: A cover letter indicating that your firm is interested in participating in the BPA; plus provide the following information for your firm: a) Name, address, telephone number, Dun & Bradstreet Number (DUNS), Cage Code, and Tax Identification Number (TIN) b) The 24-hour emergency response telephone number for your firm c) The names, titles, and signatures of persons authorize to sign the agreement d) A brief capabilities narrative (No more than 2 pages long). The RFQ page 1 with Blocks 13 through 16 completed; Completed Attachment A: Pricing Sheet, - Price Factor 1 *Offerror shall complete the Pricing Spreadsheet for the base and option years one through four* Completed Section K, Annual Representation and Certification of the RFQ. Non-price Factor 2: A list of three (3) projects that demonstrate Offerror’s relevant corporate experience: In order to be considered, a project must meet the following requirements: a) A project must have a dollar value of at least $30,000 b) Must have been performed by the Offerror c) Must be similar in nature to the emergency spills services stated in the SOW *Offerror shall complete Attachment B: Project Data Sheet,and clearly demonstrate their firm’s experience with handling emergency spill response and proper disposal of hazardous waste as stated in the SOW* EVALUATION FACTORS FOR AWARD The basis of evaluation will be Low Price Technically Acceptable (LPTA). This document sets forth standards of acceptability with regard to evaluation factors set forth in Section M of this RFQ. Technical ratings are assigned after consideration of the evaluation factors deemed necessary to achieve the required contract goal. Price and non-price factor of corporate experince will be evaluated. Factor 1: Price: The Government will evaluate price based on the total price. Total price consists of the basic requirements and all option items (see Section B of the solicitation). The Government intends to evaluate all options and has included the provision FAR 52.217-5, Evaluation of Options (JUL 1990) in Section M of the solicitation. In accordance with FAR 52.217-5, evaluation of options will not obligate the Government to exercise the option(s). Analysis will be performed by one or more of the following techniques to ensure a fair and reasonable price: (i) Comparison of proposed prices received in response to the RFQ (ii) Comparison of proposed prices with the IGCE. (iii) Comparison of proposed prices with available historical information. (iv) Comparison of market survey results. Factor 2: Corporate Experience of the Offeror (a) The basis of evaluation will be focused on the Offeror’s relevant corporate experience in performing contracts and/or task orders with the Federal Government, agencies of the state or local governments, and/or commercial customers of similar size, scope, and complexity to services in connection with emergency hazardous substance control, response and removal and/or sampling services as required for a spill or emergency compliance requiremens.Projects not meeting this size, scope, and complexity criterion will not be considered relevant and will not be evaluated. Projects shall clearly demonstrate relevant corporate experience within locations throughout the main Area of Responsibility including but not limited to California, Arizona, Nevada, Washington and Oregon.The majority of the work is expected to be performed in California. Please submit your quotes and attachments via electronic mail to jane.pamintuan@navy.mil.
Data sourced from SAM.gov.
View Official Posting »