Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2003 FBO #0499
MODIFICATION

C -- Sources sought for air/radon survey projects within the Southern Division geographic area of responsibility

Notice Date
4/11/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, 2155 Eagle Drive, North Charleston, SC, 29406
 
ZIP Code
29406
 
Solicitation Number
N62467-02-R-0456
 
Response Due
4/30/2003
 
Archive Date
5/15/2003
 
Point of Contact
Debra Evans-Ripley, Contracting Office, Phone 843-820-5636, Fax 843-818-6873,
 
E-Mail Address
ripleyde@efdsouth.navfac.navy.mil
 
Description
Modified on 04-11-03, the receipt date for this submittal package is extended to 4:00 EST on 30 April 2003. As noted in modification one, this solicitation is UNRESTRICTED. The 25 page count is all inclusive and print size not smaller than 12-pitch font is required. Point of Contact is Debra Evans-Ripley, Email address Evans-ripleydd@efdsouth.navfac.navy.mil. MODIFIED ON 03-25-03: This solicitation is UNRESTRICTED and will result in the award of one contract. The contract shall be for air/radon survey projects in AL, FL, GA, IL, IN, KY, MI, MS, NC, OH, SC, TN, WI, AR, CO, IA, KS, LA, MN, MO, ND, NE, OK, SD, TX and WY. This work includes, but is not limited to, the following services: emission source, identification; emission quantification; compliance evaluation and recommendation for corrective action; construction and operating permit preparation which includes Title V, PSD, NSR, as well as state and local permits; development and implementation of NESHAP compliance programs; stack testing of emissions; control equipment design and costing; dispersion modeling; inventory and development of risk management plans under CAA section 112R; modification of existing Access/Oracle databases used for tracking and reporting emission information as well as development of new databases for emissions tracking; identification, design and costing of refrigeration and HVAC equipment for compliance with Title VI of the Clean Air Act of 1990, as well as 40 CFR 82 and OPNAVINST 5090.1B, Indoor air quality (IAQ), radon surveys and studies. This contract involves conducting fieldwork at Navy and other Federal facilities within the Southern Division area of responsibility to adequately determine the emission information and compliance status as cited above. Permit applications necessary for compliance must be developed or modified as appropriate. A professional engineer will sign and seal the permit applications; therefore, contractor personnel must consist of professional engineers registered in the applicable state in which work is conducted. The format for all reports shall include both a hardcopy and electronic copy. The contractor may also, on occasion, be tasked to provide the services described herein to any DOD or other Federal agency activities outside the Southern Division AOR. These projects will be assigned on a case-by-case basis as approved by the Contracting Officer. It is anticipated that most work will be in the Southern Division AOR. This contract may use agreed-to fee schedules and may include additional ordering agents. The contract will be awarded as a firm fixed-price indefinite delivery, indefinite quantity contract not to exceed 365 days from the date of contract award. This contract will include an option for four one-year extensions and fee including all options will not exceed $5,000,000. No new work can be added after one year following award of the initial work unless the option year is exercised. There will be no future synopsis in the event the options included in the contract are exercised. The Government guarantees a minimum amount of $20,000. for the base year paid only once for the life of the contract. The total fee available in any given year will be negotiated at the time of award. Proposals may be subject to an advisory audit performed by the Defense Contract audit Agency. The following selection evaluation criteria, in relative order of importance, will be used in the evaluation of the A-E firms: 1. PROFESSIONAL QUALIFICATIONS: Air technical competence and professional registration of the firm?s team members to perform the types of work identified. 2. SPECIALIZED EXPERIENCE: a) Experience and knowledge of the Clean Air Act of 1990, associated federal regulations, as well as state and local laws; b) Experience and knowledge of AQ permitting including PSD, NSR, CAA Title V, and state and local air permitting in Southern Division?s AOR; c) Experience and knowledge of NESHAP?s compliance program requirements, especially those applicable to DOD facilities, d) Experience and knowledge of database design; e) Experience and knowledge of stack testing and development of testing protocols; f) Experience and knowledge of atmospheric dispersion modeling procedures and programs. 3. PERFORMANCE: Past performance on contracts with government agencies and private industry in terms of quality of work, cost control, and compliance with performance schedules.4. CAPACITY: a) Professional ability to sustain the loss of key personnel while accomplishing the work within the required time limit. 5. LOCATION: Location within the Southern Division regional geographic area to ensure knowledge of local site conditions and applicable regulatory requirements and ability to ensure timely response to unanticipated request for on-site support. 6. VOLUME OF DOD WORK: Firms will be evaluated in terms of work previously awarded to the firm by DOD within the past twelve months with the objective of effecting an equitable distribution of contracts among qualified A-E firms including small and small disadvantaged business firms and firms that have not had prior DOD A-E contracts. 7. JOINT VENTURE, TEAMING or SUBCONTRACT UTILIZATION: Any large firm that is selected will be required to submit a subcontracting plan before price negotiations begin for contract award. Large business firms will be evaluated on the extent to which they identify and commit to small businesses, veteran-owned small businesses, HUB Zone small business, small disadvantaged businesses, and woman-owned small business concerns as consultant in performance of this contract. The current subcontracting goal established for these contracts is 65% for small business, 14.5% for small disadvantaged businesses, 13.6% for woman-owned businesses, 2.5% HUB Zone businesses and 3% for veteran-owned businesses and 3% for service disabled veteran-owned business concerns. In order to assist the committee to more efficiently review all applications, A SUMMARY OF EXPERIENCE AS SPECIFICALLY DEFINED IN CRITERIA 1,2,and 3 (QUALIFICATIONS, EXPERIENCE AND CAPABITY AND PROPOSED TEAM STAFFING AND DEPTH OF ADDITIONAL STAFF SUPPORT) IS REQUESTED AS PART OF OR IN ADDITIONAL TO THE SF 255. 1.Summarize your proposed team in tabular form with the following data: a) firm name; b) individual name; c) if the individual is with a consultant firm, then state your work history with the individual and consultant firm; d) office assigned to (home or branch office); e) Professional Registration, state, and date; f) assigned team responsibility g) years with current firm, years with other firms; and h) percent of time committed to this team. 2. List the number of individuals in each discipline NOT assigned to the proposal team who could be used to augment the proposed team in, the event of loss of key personnel or failure to maintain schedules. 3. Summarize in descending order of significant, at least three of your most relevant projects for the type of the projects required under the experience category. For each of the presented projects give the following information, where applicable: a) list the currently proposed team members who worked on the projects; and b) an owner point of contact with telephone number; c) in bar chart format, show the original submission schedule, owner approved time extension, and the final execution schedule. 4. A-Es responding should prepare to provide their Quality Assurance Project Plan (QAPP) prior to selection interviews once a short list has been approved. The QAPP will include an explanation of the management approach; an organizational chart showing the inter-relationship of management and team components and specific quality control processed used. For consideration, provide one original (UNBOUND) SF 255 and SF 254 for the prime and one SF 254 for each consultant proposed. The SF 255 with attachments shall be limited to 25 pages (8.5x11 one sided), with print size not smaller than 12-pitch font. Every page that is not a SF254 will be included in the 25-page count. The submittal package must be received in this office not later than 4:00 P.M. EASTERN TIME on 21 APRIL 2003. Submittals received after this date and time will not be considered. If additional firms are needed for consideration, SF 254s already on file will be used. Offeror?s must also be registered in the Contractor?s Central Registration (CCR) in order to participate in this procurement. The website for CCR is http://www.ccr2000.com. Include telefax numbers and e-mail address in Block 3a and the DUNS number, Commercial and Government Entity (CAGE) Codes, if known, and Taxpayer Identification Number (TIN) in Block 3. The DUNS, CAGE and TIN are discussed in the DOD FAR Supplement, Part 204 Subpart 204.72. NAICS (formerly SIC) is 541330 and Size Standard is $4M. For each contract, label lower right corner of outside mailing envelope with "A-E Services, 02-R-0456" or ?A-E Services, 02-R-0456?. This is not a request for proposal. Site visits will not be arranged during advertisement period. Submittals should be addressed to: Commander, Southern Division, Naval Facilities Engineering Command, 2155 Eagle Drive, North Charleston, SC 29406 (P.O. Box 190010, North Charleston, SC 29419-9010). Address all responses to ATTN: Code ACQ23DER.
 
Place of Performance
Address: SOUTHDIV AOR
Country: USA
 
Record
SN00301973-W 20030413/030411213755 (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.