Search Contract Opportunities

Water Testing Services - Naval Submarine Base New London   4

ID: 5855162 • Type: Presolicitation

Description

PRE-SOLICITATION SYNOPSIS

N40085-21-R-2561

NAVAL SUBMARINE BASE NEW LONDON WATER TESTING

This is not a request for either a quote or proposal, or an invitation for bid. The intent of this pre-solicitation synopsis is to notify potential Offerors of an IDIQ/FFP services requirement.

The Contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide water testing services at Naval Submarine Base New London, Groton, CT, as well as at outlying areas supported by this installation, including Conning Towers, Nautilus Park, Polaris Park, and Trident Park. The Contractor shall perform waste water, storm water, and drinking water testing services to support the installation's environmental programs to ensure compliance with applicable Federal, state and local statutes and regulations, and with DoD and Navy policies, instructions, and guidance. The Contractor shall conduct timely sample collection in accordance with the most recent permit requirements (SUBASE Permits, SUBASE Drinking Water Sampling Plans, and applicable Federal, EPA, and state regulations) and shall provide environmental sampling, field testing, laboratory services and associated reporting requirements to ensure compliance oversight at the installation. If environmental related procedures or operations are found to be out of compliance, the Contractor shall immediately notify the KO and the Installation Environmental Program Manager with recommendations for appropriate action. Laboratories shall be certified by NELAP and the Connecticut State Department of Public Health Laboratory Services Division.

The work identified is to be provided by means of a combination Firm-Fixed Price (recurring work)/Indefinite Quantity (non-recurring work) type of contract. Source Selection procedures will be used to select the proposal that is the lowest priced and technically acceptable. The Government reserves the right to eliminate from consideration for award any or all offers at any time prior to award of the contract; to negotiate with offerors in the competitive range; and to award the contract to the offeror submitting the proposal determined to have the lowest price while being technically acceptable.

The North American Industry Classification System (NAICS) is 561210 Facility Support Services with a size standard of $41.5 million dollars.

The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal, conforming to the Request for Proposals (RFP), provides the lowest price while meeting the technical requirements. The offeror's proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The solicitation requires the evaluation of price and the following non-price factors: Factor 1 Technical Approach, Factor 2 Recent & Relevant Experience of the Firm, Factor 3 Past Performance on Recent & Relevant Projects, and Factor 4 Safety.

The Government has the option to extend the term of the contract services for additional periods of one to twelve months. The total contract term including the exercise of any options, shall not exceed 60 months. Only the base period of the contract will offer a minimum guarantee.
This contract will replace a contract for similar services that ends 30 September 2021. Additional information regarding the current contract will be included in the solicitation package. The RFP will be made available in electronic format only (Adobe (.pdf)) and will be posted on the beta.SAM.gov website on or about 9 April 2021. The estimated proposal due date shall be at least 30 days after the RFP is posted.

The site address is https://beta.sam.gov/. Notifications of any updates or amendments to the solicitation will be posted on the website only. IT IS THE SOLE RESPONISBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE beta.SAM WEBSITE FOR CHANGES. All prospective contractors are required to register in the System for Award Management (SAM) database. Failure to register in the SAM database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at https://www.sam.gov/portal/SAM/

Overview

Response Deadline
None
Posted
March 19, 2021, 4:07 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Groton, CT 06349 United States
Source
SAM

Current SBA Size Standard
$47 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
82%
Vehicle Type
Indefinite Delivery Contract
On 3/19/21 Naval Facilities Engineering Command issued Presolicitation 5855162 for Water Testing Services - Naval Submarine Base New London. The opportunity was issued with a Small Business (SBA) set aside with NAICS 561210 (SBA Size Standard $47 Million) and PSC F103.
Primary Contact
Name
Kristin L Zambarano   Profile
Phone
(860) 694-3938

Documents

Posted documents for Presolicitation 5855162

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation 5855162

Award Notifications

Agency published notification of awards for Presolicitation 5855162

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation 5855162

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 5855162

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC ATLANTIC CMD > NAVFAC MID-ATLANTIC > NAVAL FAC ENGINEERING CMD MID LANT
FPDS Organization Code
1700-N40085
Source Organization Code
100513874
Last Updated
April 15, 2021
Last Updated By
kristin.zambarano@navy.mil
Archive Date
April 15, 2021