Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2002 FBO #0052
SOLICITATION NOTICE

C -- - INDEFINITE QUANTITY CONTRACT FOR ENGINEERING SERVICES FOR PRELIMINARY RANGE ASSESSMENTS OF U.S. NAVY CLOSED, TRANSFERRED AND TRANSFERRING RANGES

Notice Date
1/22/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northeast, 10 Industrial Hwy MS #82, Lester, PA, 19113
 
ZIP Code
19113
 
Solicitation Number
N62472-02-d-1300
 
Response Due
2/22/2002
 
Archive Date
3/9/2002
 
Point of Contact
George Shirley, Contract Specialist, Phone (610)595-0823, Fax (610)595-0645, - David Rule, Supervisory Contract Specialist, Phone (610)595-0633, Fax (610)595-0645,
 
E-Mail Address
shirleygx@efane.navfac.navy.mil, ruledp@efane.navfac.navy.mil
 
Description
Engineering Services are required under an indefinite quantity contract for Naval Installations throughout the United States. These Services are required for preparation of Preliminary Range Assessments at Closed, Transferred and Transferring (CTT) Ranges owned by the U.S. Navy. The objective of the Preliminary Range Assessment (PRA) is to determine if a CTT Range poses a threat to public health or the environment, to identify if the nature of such threat is from explosive hazard, constituent contamination, or both and to set priorities for further remedial investigation. In addition, the PRA will identify the need for accelerated, interim remedial actions or response actions should conditions posing an imminent hazard exist. The PRA phase is based primarily on available information but may include limited field investigation as appropriate. The scope of the PRA shall be based on limited DoD guidance for performing response actions on military ranges and EPA guidance for conducting CERCLA PAs, as well as USACE guidance on ordnance and explosive response actions under the Defense Environmental Restoration Program (DERP) for Formerly Used Defense Sites (FUDS). The PRA shall consist of a limited-scope investigation designed to assess if there is a reasonable probability that the conditions at the CTT range could pose a hazard due to any military munitions, including unexploded ordnance (UXO), and/or other constituents found at the range. Reports will utilize GIS file formats, as specified by the government, to document spatial information associated with the ranges. Other work which may be required at the discretion of the Navy includes revision of the risk assessment code (RAC) for the ranges that have undergone the PRA, sampling and geophysical surveys to confirm or deny suspected burial sites, documentation of areas that require no further evaluation as well as interim response actions including marking, fencing, or removal and disposal of material containing ordnance and/or its constituents. Additionally, at the discretion of the Government, subsequent phases of investigation deemed necessary for site disposition could be required. Firms are advised that work could potentially involve close contact with hazardous materials/wastes and UXO in various settings. Firms unable to accept work in these environments need not apply. In the event that design services are required, the following pre-priced options may be exercised at the discretion of the government: 0 - 35% design, 35 - 100% design and Post Construction Contract Award Services (PCAS) such as shop drawing review/approval, consultation during construction, construction inspection services and preparation of record drawings. Options are normally exercised within several months of completing prior work, however, delays of up to one year are possible. At the Government's discretion, issuance of requests for proposal, submission of proposals and contractual actions such as modifications to the contract, award of individual task orders and modifications thereto will utilize electronic documents. Specific procedures for these processes will be established after award, however, the transmission of documents shall be in accordance with Federal Information Processing Standards Publication 186-2 (Digital Signature Standard) and documents will generally be transmitted in the Adobe Acrobat Format. In addition, the selected firm must have on-line access to email via the internet for exchange of correspondence and information. SIGNIFICANT EVALUATION FACTORS IN ORDER OF IMPORTANCE: 1. SPECIALIZED EXPERIENCE OF THE FIRM IN THE TYPE OF WORK DESCRIBED ABOVE. 2. PROFESSIONAL QUALIFICATIONS. Professional qualifications and relevant experience of staff to be assigned to this contract (including those of any consultant). 3. PAST PERFORMANCE. Past performance with respect to responsiveness, quality of work, and compliance with performance schedules (emphasis on DOD work). 4. CAPACITY. Capacity of the firm and the project teams to accomplish multiple projects simultaneously within the required time constraints. 5. QUALITY CONTROL PROGRAM. Use of an internal quality control program to ensure technical accuracy and discipline coordination. 6. LOCATION. Ability to undertake projects in the wide geographical area of the anticipated projects, including resources for knowledge of local site conditions and local applicable regulatory requirements, and ability of the firm to provide timely response to requests for on-site support. 7. SUBCONTRACTOR UTILIZATION. Use of small business, small disadvantaged business, women owned business, hubzone small business and historically black colleges and minority institutions as primary consultants or subconsultants. Note: A small business subcontracting plan will be required of slated large business concerns prior to interview. Current Naval Facilities Engineering Command subcontracting goals measured as a percentage of total subcontracting are as follows: small business 65%, small disadvantaged business 12%, women owned small business 5%, and hubzone small business 1.5%. 8. VOLUME OF WORK. Volume of work previously awarded to the firm by the department of defense within the past 12 months. Type of Contract: Indefinite Quantity Contract/Firm Fixed Price Task Order. Estimated Start Date: April 2002. The duration of this contract will be for one year from the date of initial contract award with options for four additional one-year periods. The total amount that may be paid under this contract (including the option years) will not exceed $12,000,000 for the entire contract term, however, there is no maximum dollar value per project nor contract year. The minimum guarantee for the entire contract term (including the option years) will be satisfied by award of the initial project. The options may be exercised within the time-frame specified in the resultant contract at the sole discretion of the Government subject to workload and satisfaction of A/E performance under the subject contract. The SIC Code is 541330 and the small business size standard classification is $4,000,000. THE PROPOSED CONTRACT IS BEING SOLICITED ON AN UNRESTRICTED BASIS, THEREFORE REPLIES TO THIS NOTICE ARE REQUESTED FROM ALL BUSINESS CONCERNS. All contractors are advised that registration in the DOD Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to be registered in the DOD CCR Database may render your firm ineligible for award. All firms are encouraged to register as soon as possible. Information regarding this registration may be obtained by accessing the EFA Northeast web site at http://www.efane.navfac.navy.mil or through the point of contact identified for this procurement. A/E Firms that meet the requirements described in this announcement are invited to submit completed Standard Forms 254 and 255 to the office shown above. Standard Forms 254 and 255 may be downloaded from the following GSA web site: http://www.gsa.gov/forms. Block 10 of the Standard Form 255 will summarize how the firm meets the stated evaluation criteria for this contract. A matrix format must be included documenting proposed team members' specialized experience relevant to the subject contract as follows: IN LEFT HAND CORNER SHOW: Relevant projects (use number of project assigned in Block 8 of Standard Form 255). ACROSS TOP ROW OF MATRIX SHOW: Role of team member (include consultants) on relevant project i.e., Project Manager, Project Engineer, etc. Firms must also indicate past performance with respect to quality of work, cost control, and compliance with performance schedules. Include performance evaluations and/or letters of commendation (as attachments) only for the office making this submission. Firms must also indicate if they are a subsidiary, and if so, must state if they are normally subject to management decisions, bookkeeping, and policies of their holding or parent company. Also indicate if firm is an incorporated subsidiary that operates under a firm name different from the parent company. The qualification statement should clearly indicate the office location primarily responsible for coordination of the work to be performed and the qualifications of the individuals anticipated to work on the contract and their geographical location. SELECTION INTERVIEW REQUIREMENTS: At the selection interview, the A/E firms slated for interviews must submit a listing of present name and telephone numbers of officers at their financial institutions, and performance references. Firms having a current SF254 on file with this office and those responding by 4:00 PM EST on 22 FEBRUARY 2001, will be considered. ALL HAND CARRIED SUBMITTALS MUST BE DEPOSITED IN THE BID BOX WHICH IS LOCATED IN THE LOBBY AT THE ABOVE GIVEN ADDRESS PRIOR TO THE TIME AND DATE SPECIFIED. PLACE LABEL ON THE OUTERMOST ENVELOPE IN WHICH YOUR SUBMITTAL IS DELIVERED STATING "SUBMITTAL ENCLOSED", "CONTRACT NUMBER N62472-00-D-1300", AND "DATE DUE 22 FEBRUARY 2001". Facsimile responses will not be accepted. Late responses will be handled in accordance with FAR 52.215-10. No material will be returned. Do not fax any material. Respondents may supplement this proposal with graphic material and photographs, which best demonstrate capabilities of the team proposed by the project. Firms responding to this announcement are requested to submit only one copy of qualification statements.
 
Place of Performance
Address: Range Assessments will be performed at Naval Bases throughout the United States and its territories.
 
Record
SN20020123/00016315-020122123028 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.