Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2003 FBO #0475
SOLICITATION NOTICE

C -- Comprehensive Long-Term Environmental Action Navy (C.L.E.A.N.), District III, Various Activities under the Cognizance of the Atlantic Division, Naval Facilities Engineering Command

Notice Date
3/15/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Atlantic, Headquarters, A/E Branch, Code AQ22D 1510 Gilbert Street, Norfolk, VA, 23511-2699
 
ZIP Code
23511-2699
 
Solicitation Number
N62470-02-R-3052
 
Response Due
4/19/2002
 
Point of Contact
Bayla Mack, Program Analyst, Phone 757-322-8271, Fax 757-322-8285, - Kathy Molino, Contract Specialist, Phone 757-322-4156, Fax 757-322-4166,
 
E-Mail Address
MackBL@efdlant.navfac.navy.mil, Molinokw@efdlant.navfac.navy.mil
 
Description
Architect-Engineer or Engineering Services required services, listed in order of priority, include: (a) Those in support of the Defense Department's Installation Restoration Program (IRP) in compliance with the Comprehensive Environmental Response Compensation and Liability Act (CERCLA) of 1980 as amended by the Superfund Amendments and Reauthorization Act (SARA) of 1986 and the Resource Conservation and Recovery Act (RCRA) of 1976. Services include performance of site management plans, community relation plans, preliminary assessments, site inspections, remedial investigations, feasibility studies, RCRA facility investigations, corrective measures studies, interim measures plans, remedial and removal action designs, environmental assessments, risk assessments (both human health and ecological), contamination characterization, sampling, laboratory testing, presentations at restoration advisory boards (RABs), participation on partnering teams with regulators, Operation and Maintenance Support Information (OMSI), documentation preparation for facility support contracts and Title II management of implementation of remedial action (including subcontract award and management); with emphasis on the accelerated schedules and increased sensitivity, visibility, and regulatory, political and community concerns at Naval and Marine Corps installations subject to base closure; (b) Those in support of environmental documentation for base closure efforts; (c) Those in support of addressing large and/or complex POL sites with multiple sources and distribution lines, including assessment characterization, testing monitoring, and remedial action design and oversight; (d) Those in support of assessments, studies, investigations, and remedial designs that include other incidental environmental programs such as air, water, waste water, solid waste, asbestos and hazardous substance/waste management and complex compliance requirements requiring the integration of knowledge from several media and statues in US and abroad; (e) Those in support of expedited response actions; (f) Those in support of site investigation and remediation of UXO (unexploded ordnance) and associated contamination, potentially including chemical, biological and radiological constituents, in accordance with DoD regulations expected to be promulgated specific to UXO Management and Remediation of Closed, Transferring and Transferred Ranges. Until DoD regulations are promulgated specific to UXO remediation, the remedial process will be consistent with CERCLA, the Defense Environmental Restoration Program (DERP), and the programs of the DoD Explosives Safety Board (DDESB). Services include the entire suite of UXO investigation stages consistent with CERCLA: progressing from a preliminary assessment/site investigation to a remedial investigation/feasibility study through the remedial design/remedial action all in accordance with an explosive safety submission. Services also include UXO methodologies for UXO detection, clearance, removal and safety; (g) Those in support of the R.S.E.P.A (Range Sustainability Program Assessment) program (modeled after CERCLA). Range groundwater/soil contamination/investigation and remediation considering all pathways; (h) Those in support of GIS development and maintenance, web page development and maintenance and graphic support. The above mentioned services will be performed primarily at activities under the cognizance of the Atlantic Division, Naval Facilities Engineering Command, with particular emphasis on Virginia, North Carolina, West Virginia, Maryland, District of Columbia, and Puerto Rico. The Contractor may also be required to perform work in any of the programs outlined herein at any Naval or Marine Corps activity in the area served by the Atlantic Division, Naval Facilities Engineering Command, including Europe and other overseas locations, and in some instances to any Department of Defense or other Federal agencies activities. The A&E must demonstrate their and each key consultant's qualifications with respect to the published evaluation factors for all services. Evaluation factors (1) through (6) are of equal importance; factors (7), (8) and (9) are of lesser importance and will be used as "tie-breakers" among technically equal firms. Specific evaluation factors include: (1) Specialized Experience - Firms will be evaluated in terms of their past experience with regard to Navy and Department of Defense (DOD) Installation Restoration Programs and their knowledge of: environmental laws and regulations, permits and construction materials and practices of the contract area with emphasis in the States of Virginia, North Carolina, West Virginia, Maryland, Washington, D.C. and the Commonwealth of Puerto Rico. This includes experience with all program phases from preliminary assessment through preparation of construction and operation and maintenance documents for remedial action or corrective measure implementation activities related to evaluation of CERCLA sites (both NPL and non?NPL installations), RCRA corrective action sites and sites on closing or realigning installations. Firms will be evaluated on their capabilities/experience for GIS/Web development and maintenance. Firms will also be evaluated in terms of their past experience with regard to the DoD UXO program and their knowledge of principles contained in CERCLA, DERP, DDESB applicable to UXO clearance, site investigations, remediation, and explosives safety. Firms must demonstrate expertise in a variety of UXO detection technologies, with expert ability to distinguish ordnance from non-ordnance. Expertise regarding UXO excavation via manual, mechanized, and remote-controlled mechanized methods is required. Knowledge and ability on remediating UXO and other constituents found in soil and groundwater is required in regard to current techniques common in the field such as blow-in-place and contained detonation chamber, as well as techniques presently more commonly found in industrial settings such as rotary kilns and deactivation furnaces. Experience with UXO safety requirements, render-safe procedures, and the ability to efficiently coordinate with active duty EOD personnel is needed; (2) Professional Qualifications - For the type of work required, firms will be evaluated in terms of the staff?s: (a) experience (with present and other firms) and roles of staff members specifically on projects addressed in evaluation factor number one; (b) demonstration of professional staff depth in delivery order level project managers and senior level project managers (experience level of a minimum of 8 years in waste site restoration experience); and (c) active professional registration(s) (including the States of Virginia, North Carolina, West Virginia, Maryland and the Commonwealth of Puerto Rico); (3) Capacity to Accomplish the Work - Firms will be evaluated in terms of their ability to promptly respond to Government requests for services. Demonstrate that the firm has the staff available for this contract to accomplish 80 to 100 task orders per year. Demonstrate the available staff ability to complete work in a timely manner, such as ability to complete draft work plans within 30 days after Notice to Proceed and mobilize forces immediately once the work plans are approved. The firm must also demonstrate the ability to handle unexpected surges in the workload with the same efficiency and promptness expected for planned work. Additionally, the firm must demonstrate the ability to handle separate programs in a timely and efficient manner (i.e., IR/BRAC/UXO etc.); (4) Program Management - Firms will be evaluated in terms of their ability to manage a contract of this size and nature. Demonstrate how your staff will manage the workload, addressing the ability to accomplish the IR and BRAC programs, accommodating priorities of both programs. Demonstrate ability to manage your subcontractors. The firm must identify the management staff and demonstrate their ability to manage projects within a negotiated scope, schedule and budget; competently manage/participate in meetings; accelerate overall "clean up" process; act responsively to the requirements; provide innovative solutions/ideas and effectively communicate. If your firm is proposing to team with one or more subcontractors, demonstrate your approach for completing typical IR/BRAC task orders. Explain the structure between firms and how management oversight will be accomplished. If personnel are from different offices within the corporation, describe the interrelationship of the offices and how management will operate. Demonstrate that your firm has an effective cost accounting system, purchasing system, estimating system, and management information system (MIS) that fully integrates on line accumulation of cost expenditures within a week of occurrence; (5) Past Performance - Firms will be evaluated in terms of their quality of work, customer focus and demonstrated long-term business relationships with Government and private industry with emphasis on projects addressed in evaluation factor (1). As appropriate, superior performance evaluations on recently completed Department of Defense contracts will be considered. Provide information regarding previous working relationships with proposed team subcontractors. A name and phone number should be provided for each reference. Demonstrate your cost reimbursable contract experience with DOD; (6) Quality Control Program - Firms will be evaluated on the effectiveness of their internal quality control program used to ensure overall coordination between engineering and technical disciplines on projects related to those addressed in evaluation factor number (1). Demonstrate how your Quality Control Program extends to your subcontractors including laboratories and drillers. Address your ability to ensure technical accuracy and coordination between all phases of work; (7) Location - Firm location (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract); (8) Volume of Work - Firms will be evaluated in terms of work previously awarded to the firm by DOD with the objective of affecting an equitable distribution of DOD A&E contracts among qualified A&E firms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts; and (9) Small Business and Small Disadvantaged Business Subcontracting Plan - Firms will be evaluated on the extent to which they identify and commit to the published Small Business Subcontracting Program. The following are the published Naval Facilities Engineering Command goals expressed in terms of percentages of total planned subcontracting dollars for utilization of small businesses as part of the contract performance: Small Business (SB) - 65%; Small Disadvantaged Business (SDB) (includes Historically Black Colleges/Universities/Minority Institutions (HBCU/MI) - 12%; Women-owned Small Business (WOSB) - 5%; Historically Black Colleges/Universities/Minority Institutions (HBCU/MI) - 5%; Veterans Owned Small Businesses (VOSB) - 3%; Services Disabled Veteran Owned Small Businesses (SDVOSM) - 3%; HUBZone small businesses - 2.5% and 3% in 2003. Large Business Firms shall submit their Navy-wide SF 295 (Standard Form 295, Summary Subcontract Report) with their Standard Form 255. The slated firms will be required to provide a preliminary subcontracting plan (support for small business subcontracting) as part of the interview. The contract requires that the selected firm have an on-line access to E-mail via the internet for routine exchange of correspondence, and have Central Contractor Registration. The duration of the contract will be for one (1) year from the date of an initial contract award. The proposed contract includes nine (9) one (1) year Government options for the same basic professional skills. The total estimated cost plus award fee that may be paid under this contract for the base year plus all options is $125,000,000. No other general notification to firms for other similar projects performed under this contract will be made. Type of contract: Cost Plus Award Fee. Estimated start date is 15 October 2002.--Architect-Engineer firms which meet the requirements described in this announcement are invited to submit completed Standard Forms (SF) 254 (unless already on file) and 255, U. S. Government Architect-Engineer Qualifications, to the office shown above. In Block 10 of the SF 255, discuss why the firm is especially qualified based upon synopsized evaluation factors; and provide evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., State registration number. For selection evaluation factor (1), 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". Use Block 10 of the SF 255 to provide any additional information desired and continue Block 10 narrative discussion on plain bond paper. All information must be included within the SF 255 (limit to 40 pages (front and back considered 1 page)?not less than 10 point font; every page that is not a SF 254 will be included in the 40 page count); cover letter and other attachments will not be considered in the evaluation process). Provide a synopsis of the scope of work, point of contact and telephone number for each project listed in SF 255 Block 8. Firms having a current SF 254 on file with this office and those responding by 4:00 p.m. EST, 19 April 2002 will be considered. Late responses will be handled in accordance with FAR 52.215-10. Neither hand carried proposals nor facsimile responses will be accepted. Firms responding to this advertisement are requested to submit only one copy of qualification statements. The qualification statements should clearly indicate the office location where the work will be performed and the qualifications of the individuals anticipated to work on the contract and their geographical location.--This proposed contract is being solicited on an unrestricted basis, therefore, replies to this notice are requested from all business concerns.--The small business size standard classification is NAICS 541330 ($4,000,000).--This is not a request for proposals. Inquiries concerning this project should mention location and contract number. See Note 24. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (15-MAR-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 18-MAR-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N62470AE/N62470-02-R-3052/listing.html)
 
Place of Performance
Address: Various Locations
 
Record
SN00282381-F 20030320/030319065822 (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.