Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2002 FBO #0059
SOURCES SOUGHT

C -- INDEFINITE QUANTITY ARCHITECT-ENGINEER CONTRACT FOR ENVIRONMENTAL RESTORATION PROJECTS AT VARIOUS ACTIVITIES UNDER ENGINEERING FIELD ACTIVITY, NORTHWEST, NAVAL FACILITIES ENG. COMMAND, POULSBO, WA,

Notice Date
1/28/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northwest, 19917 7th Avenue NE, Poulsbo, WA, 98370-7570
 
ZIP Code
98370-7570
 
Solicitation Number
N44255-02-R-2005
 
Response Due
2/19/2002
 
Archive Date
3/6/2002
 
Point of Contact
Jacqueline Korchak, Contract Specialist, Phone 360-396-0234, Fax 360-396-0856, - Paul Anishanslin, Supervisory Contract Specialist, Phone 360-396-0230, Fax 360-396-0856,
 
E-Mail Address
korchakjm@efanw.navfac.navy.mil, anishanslinpr@efanw.navfac.navy.mil
 
Description
THIS IS THE FIRST NOTICE FOR SOURCES SOUGHT. The Contracting Office at Naval Facilities Engineering Command, Engineering Field Activity, Northwest (EFANW) is currently seeking potential sources from 8(a) business concerns, HUB-Zone small business concerns, and small business concerns capable of performing the work identified below. The objective of this procurement will be to obtain services of an interdisciplinary team to support architect-engineer services for Installation Restoration Projects in the EFANW area of responsibility. The resultant contract focuses primarily on environmental restoration projects but could to a minor extent involve some other environmental work such as compliance, environmental planning, and natural resource projects. The location of work to be completed under this contract could be at various locations in the United States; however, the majority of work anticipated under this contract will primarily be in the states of Washington, Idaho, Montana, Oregon, Alaska, and Nevada. The work under this contract shall require to a substantial degree, performance or approval by a registered or licensed engineer. This contract will primarily provide, but not limited to, the following services: Develop remedial designs, remedial action work plans, statements of work specifications, construction cost estimates, reports, conduct technical reviews to ensure the design meets appropriate requirements such as record of decision, and perform quality assurance during construction activities by a registered or licensed engineer; prepare preliminary assessments, site inspections, remedial investigation reports and feasibility studies, Record of Decisions, environmental baseline surveys, action memoranda including ecological and human health risk assessments along with RCRA assessments, RCRA corrective measures studies, and RCRA closure plans. In addition, the services will be to complete modeling of various contaminants, monitoring for natural attenuation, and evaluating geochemical indicators in different media. Media can include, but are not be limited to: air; groundwater; surface water; the marine environment; sediments and soil; soil vapor gas; aquatic, benthic or terrestrial organisms; bioassays; and various tank wastes. Compare modeling results to the remedial action objectives that are generally outlined in the RI/FS or ROD, other applicable regulatory standards, or Navy guidance. Conduct sampling and analysis for contaminants, and provide interpretation of the results. Contaminants could include but not be limited to: metals, volatile organic compounds (VOC), semi-volatile organic compounds (SVOC), ordnance compounds, PCB/pesticides and total petroleum hydrocarbons (TPH), water level, conductivity, redox potential, total organic carbon, dissolved inorganic carbon, dissolved oxygen, hydrogen, methane, ethane, nitrates, sulfates, and hydrogen sulfide. The contract could include project management, interpretive consulting and engineering services in support of environmental activities required by all applicable federal laws including, but not limited to, RCRA, SARA, OPA 90, CWA, ESA, etc, community management efforts, manage and disposal of wastes, electronic data management support (data validation, GIS queries, etc.), and environmental construction quality assurance support. The effective period of the contract shall be a base year plus four option years or a total value of $10M (10 million dollars) whichever occurs first. The contract type will be firm-fixed-price. This procurement will be evaluated using Brooks Act procedures. The NAICS code for this procurement is 541330 with a size standard of $4,000,000. This is not a request to submit SF254s and SF255s. The Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Market research is being conducted IAW FAR Part 10 to determine if there are any 8(a) business concerns, HUB-Zone small business concerns, or small business concerns capable of performing the work identified. Do not submit capability statements or SF254s/SF255s; instead, interested firms must respond to this sources sought and provide information based on the following market survey. The due date for responses to the market survey is no later than 4:00 PM (local time) on 19 February 2002. Responses shall be submitted in hard copy to Engineering Field Activity, Northwest, Attn: Jackie Korchak, Code 05EK, at the address noted above, or EMAIL responses to korchakjm@efanw.navfac.navy.mil. Response packages or email subject lines shall be marked MARKET RESEARCH FOR A-E ENVIRONMENTAL RESTORATION I.Q. CONTRACT. Instructions to interested parties: provide the following: (1) Name of company, address, point of contact, phone number, fax number, and E-Mail address. (2) Indicate if your company is a 8(a), hub-zone, small, small disadvantaged, woman-owned, veteran or disabled veteran-owned small business for purposes of performing services under NAICS code 541330 ENVIRONMENTAL ENGINEERING SERVICES (Small Business Size Standard $4,000,000). (3) List any contracts under which your company is currently performing or have completed as a prime contractor within the last three years that would be considered the same as/similar to the effort described above. Include the contract number, title, type of services/work performed, dollar value and references with contact name and current phone number. Also indicate if your firm performed the work as a prime or subcontractor. (4) Describe your firm?s experience, as a prime contractor, in developing remedial designs, remedial action work plans, statements of work specifications, construction cost estimates, and reports. Include any experience in performing quality assurance during construction activities by a registered or licensed engineer, preparing preliminary assessments, site inspections, remedial investigation reports and feasibility studies, the number of Record of Decisions (ROD) prepared, environmental baseline surveys, action memoranda including ecological and human health risk assessments along with RCRA assessments, RCRA corrective measures studies and RCRA closure your firm has completed. (5) Discuss any indicators of successful performance as measured by favorable past performance ratings, the absence of A-E liability cases, deductions, Cure/Show Cause Notices, or Option Periods not exercised that your company has experience under these contracts. (6) What percentage and specific portions of the total effort does your company normally subcontract for the type of projects listed? (7) How many of the projects listed under #3 were performed within the EFANW Area of Responsibility? (8) Discuss how your firm would efficiently manage multiple (at least 3-5) concurrent environmental projects of the type described above.
 
Record
SN20020130/00019459-020128210334 (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.