Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2002 FBO #0154
SOLICITATION NOTICE

C -- Architect and Engineer Services for Preparation of Environmental Impact Documents and Related Technical Services for Projects and Activities at Various Locations, Pacific Area

Notice Date
5/3/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Pacific, Acquisition Department, 258 Makalapa Drive Suite 100, Pearl Harbor, HI, 96860-3134
 
ZIP Code
96860-3134
 
Solicitation Number
N62742-02-R-1802
 
Response Due
6/3/2002
 
Point of Contact
Lori Tanaka, Contract Specialist, Phone (808) 474-0149, Fax (808) 474-0746, - Lorna Sikorski, Contracting Officer, Phone (808)471-5038, Fax (808) 474-1146,
 
E-Mail Address
tanakale@efdpac.navfac.navy.mil, SikorskiLS@efdpac.navfac.navy.mil
 
Description
Services include, but are not limited to planning, architect and engineering services, and related technical services for the preparation of environmental impact documents, integrated cultural resources management plans, integrated natural resources management plans, environmental studies of various types normally used by the U. S. Navy, and technical services related to such documents as may be requested by the Department of the Navy, PACNAVFACENGCOM. This contract will be used for the preparation of larger scale and more intensive National Environmental Policy Act (NEPA) environmental impact documents, including Environmental Impact Statements and Complex Environmental Assessments. The A-E must have expertise and experience in conducting multi-disciplinary technical studies in the physical and biological sciences, cultural resources, noise, traffic, air quality, socioeconomic, and infrastructure analyses. Short-fused projects may require the A-E to concurrently prepare multiple NEPA documents in a very condensed period of time. Related technical services may include, but are not limited to, preliminary site assessment studies, feasibility assessments and civil engineering services with associated multi-discipline A-E support as required. Examples include preparation of technical reports including conducting engineering investigations and concept studies, or feasibility assessments to obtain sufficient site data to determine the environmental impacts of a proposed action. A preliminary site assessment study may require additional analyses, including topographic, geotechnical, hazardous materials, and infrastructural (roads, drainage, electrical, water, sewage, etc.) aspects of proposed actions. The term environmental impact document includes but is not limited to any Scoping Document, Record of Categorical Exclusion (RCE), Environmental Assessment (EA), Finding of No Significant Impact (FONSI), Notice of Intent, draft or final Environmental Impact Statement (EIS), Record of Decision (ROD), general planning document or the requirements of such other governmental agencies for which PACNAVFACENGCOM may be tasked to provide environmental impact documents. Also included under this contract scope are: (a) any preparatory work, presentation, briefing, consultations, study, or report which may be required prior to the initiation of any environmental impact document, (b) supporting studies for RCEs, EAs, DEIS and EIS such as flora and fauna studies, land management plans/studies, cultural (historic and archaeological) studies and consultations, noise, air and water surveys, traffic surveys, hazardous waste impact studies, socio-economic impact studies, and (c) general planning studies. The primary tasks anticipated under this contract are the preparation, updating, and review of environmental impact documents. Secondary tasks may include related technical services as outlined above, preparing or updating integrated natural resources management plans, flora/fauna guides/plans, soils conservation studies, historic preservation/cultural resources studies, integrated cultural resources management plans, repatriation studies/plans, interpretive plans, and assorted environmental planning guides/brochures. Additionally, the A-E may be assigned ancillary work involving word processing, graphics, reproduction, manuscript editing, and other services related to environmental impact documents under preparation by the A-E or by PACNAVFACENGCOM staff. The type of environmental impact assessments/statements and studies required in the preparation of environmental impact documents will generally involve technical engineering considerations, but for some assignments, there may be no technical engineering requirements. Project assignments may include projects for governmental agencies other than the U.S. Navy, such as the U.S. Coast Guard or the U.S. Marine Corps, for which PACNAVFACENGCOM may be tasked to provide environmental documents. Many military areas of work anticipated under this contract will not allow the entry of aliens. The field crew of the A-E shall be composed of U. S. citizens who can qualify for access to military areas after appropriate security checks are made. The A-E shall abide by prevailing security requirements during visits to such military property and shall obtain the required permits and passes in a timely manner. The nature of specific work assignments may require the A-E to obtain a secret security clearance. The Government utilizes the following software suite: Microsoft WINDOWS NT 4.0/5.0 WORKSTATION, Microsoft OFFICE 2000 PROFESSIONAL (WORD 2000, POWERPOINT 2000, EXCEL 2000, ACCESS 2000), and Internet Explorer 5.5. In preparation of documents and correspondence, the A-E shall ensure compatibility with the Government's software. The contract will be an Indefinite Quantity type where the work will be required on an "as-needed" basis during the life of the contract, providing the Government and contractor agree on the amount. Each project will be a firm fixed-price task order. The Government will determine the task order amount by using the rates negotiated for the basic contract and negotiate the effort required to perform the particular project. The contract base period shall not exceed twelve months or $1,250,000 total fee, whichever comes first. The Government guarantees a minimum amount of $25,000 for the contract. Should an impasse on the price occur over the initial or subsequent projects, the Government will apply the dollar value of the Government estimate for that project or projects toward the minimum guarantee. The Government reserves the option to extend the contract for an additional three option years, each with a maximum fee of $1,250,000 per year, for a total contract performance period of four years. There will be no further synopsis in the event the options included in the contract are exercised. Estimated date of contract award is on or about September 2002. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. The following selection evaluation criteria, in descending order of importance, will be used in the evaluation of A-E firms: (1) Professional qualifications of the firm and staff proposed for preparing environmental impact documents and environmental studies of various types including integrated cultural resources management plans and integrated natural resources management plans that are normally used by the U.S. Department of Defense for projects and activities in the Pacific area; (2) Specialized recent experience and technical competence of firm and particular staff members in the preparation of environmental impact documents and environmental studies including technical engineering studies and environmental engineering considerations. Specialized experience shall include, but not limited to, knowledge of environmental laws and regulations, biological resources, cultural resources, traffic, noise, and air quality; (3) Capacity to accomplish the work in the required time and ability to handle multiple projects at one time; (4) Past contract performance with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Architect-Engineer firm's design quality control practices/techniques, and demonstrated success in producing quality environmental impact documents; (6) Use of Small or Small Disadvantaged or Women-owned Small Business firms shall also be considered; (7) Location in the general geographical area of the project and knowledge of the locality of the projects; (8) The volume of work previously awarded to the firm by the Department of Defense shall also be considered, with the object of effecting an equitable distribution of Department of Defense Architect-Engineer contracts among qualified firms and firms that have not had contracts with Department of Defense. Each firm's past performance and performance rating(s) will be reviewed during the evaluation process and can affect the selection outcome. IN BLOCK 10 OF THE SF 255 AND ANY ADDENDUM, STATE WHY YOUR FIRM IS SPECIALLY QUALIFIED BASED ON EACH OF THE ABOVE EVALUATION CRITERIA. FOR SELECTION CRITERIA (2), PROVIDE THE FOLLOWING INFORMATION FOR ONLY THE STAFF PROPOSED FOR THIS WORK USING THESE COLUMN HEADINGS: "NAME", "RELATED PROJECTS WORKED ON", "YEAR", "FIRM" AND "TECHNICAL ROLE". Show the office location where work will be done and describe the experience and location of those that will do the work. In addition, A-E firms shall address their planned potential for use of and past performance in the use of SB, SDB, WOSB, HUB Zone SB, VOSB, SDVOSB and HBCU/MI in Block 10 of the SF255. The statutory Government-wide goals for the total value of all prime contract awards per fiscal year are 23% to SB, 5% to SDB, 5% to WOSB, 2.5% to HUB Zone SB (3% for FY03 and thereafter), 5% to HBCU/MI and 3% for VOSB and SDVOSB concerns. Additionally, the Naval Facilities Engineering Command established subcontracting goals of at least 65 percent of the subcontracted effort to SB concerns. Of the total subcontracted effort, the goals are a minimum of 12 percent to SDB concerns, 5 percent to WOSB concerns, 2.5 percent to HUB Zone SB concerns (3 percent for FY03 and thereafter), 5 percent to HBCU/MI and 3 percent to VOSB and SDVOSB concerns. Large business firms who are short-listed will be required to submit a subcontracting plan prior to being interviewed. Each firm's past performance and performance rating(s) will be reviewed during the evaluation process and can affect the selection outcome. A-E firms shall provide their DUNS and ACASS number in Block 3 of the SF255. The contract will require the selected firm have on-line access to E-mail via the Internet for routine exchange of correspondence. A-E firms that are interested and meet the requirements described in this announcement are invited to submit complete, updated Standard Form (SF) 254, Architect Engineer and Related Services Questionnaire, and SF255, Architect-Engineer and Related Services Questionnaire for Specific Project, plus one electronic copy (CD-ROM or 3-1/2 inch diskette), to the Commander, PACNAVFACENGCOM, Acquisition Department, Pacific Environmental Contracts Division (ACQ0231:LT) by 2:00 p.m. HST, on June 3, 2002 at the following address: (1) Postal Mailing Address: 258 Makalapa Drive, Suite 100, Pearl Harbor, Hawaii 96860-3134; (2) If hand carrying: Building 223, South Avenue, Pearl Harbor, Hawaii 96860. Label lower right corner of outside mailing envelope with "A-E Services N62742-02-R-1802". A-E firms utilized by the prime A-E must also submit completed Standard Forms 254 and 255. Submit one hardcopy of each form plus one electronic copy (CD-ROM or 3-1/2 inch diskette). Facsimile and electronic submission of Standard Forms 254 and 255 will not be accepted. All Standard Forms 254, 255 and electronic copy (CD-ROM or 3-1/2 inch diskette) will not be returned. This is not a request for a proposal.
 
Place of Performance
Address: Commander, Pacific Division, Naval Facilities Engineering Command, 258 Makalapa Drive, Suite 100, Pearl Harbor, Hawaii
Zip Code: 96860-3134
Country: United States
 
Record
SN00071194-W 20020505/020503213340 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may 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.