Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2003 FBO #0504
SOURCES SOUGHT

C -- A-E FFP, ID/IQ CONTRACT CERCLA/RCRA/UST ENVIR STUDIES ON NAVY & MARINE CORPS INSTALLATIONS AT VAR LOC PREDOM IN SOUTHERN CA,& TO A LESSER EXTENT AZ

Notice Date
4/16/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Environmental Contracts Team, Attn: 02R1 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
Reference-Number-N68711-03-PR-ENV8
 
Point of Contact
Leanora Sili, Contract Specialist, Phone 619-532-0775, Fax 619-532-0771,
 
E-Mail Address
sililk@efdsw.navfac.navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
Indefinite Quantity Environmental Architectural Engineering (A/E) Services for CERCLA/RCRA, UST Environmental Studies on Navy & Marine Corps Installations at various locations predominantly in Southern California and to a lesser extent, Arizona. THIS IS NOT A SOLICITATION ANNOUNCEMENT: THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. THE PURPOSE OF THIS SOURCES SOUGHT SYNOPSIS IS TO GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED 8(a) BUSINESSES CERTIFIED BY SMALL BUSINESS ADMINISTRATION RELATIVE TO NAICS CLASSIFICATION 541330, ENGINEERING SERVICES, (SIZE STANDARD $4.0 MILLION AVERAGE ANNUAL RECEIPTS FOR PROCEEDING THREE FISCAL YEARS). RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS WILL BE USED BY THE GOVERNMENT TO MAKE APPROPRIATE ACQUISITION DECISIONS. AFTER REVIEW OF THE RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS, AND IF THE GOVERNMENT STILL PLANS TO PROCEED WITH THE ACQUISITION, A SOLICITATION ANNOUNCEMENT WILL BE PUBLISHED ON THE FEDERAL BUSINESS OPPORTUNITIES WEBSITE. RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS ARE NOT AN ADEQUATE REPONSE TO THE SOLICITATION ANNOUNCEMENT AND ALL INTERESTED OFFERORS MUST RESPOND TO THE SOLICITATION ANNOUNCEMENT. Following is a general description of work for the anticipated contract. A-E services are required to provide support to Navy and Marine Corps activities to implement the Navy?s Installation Restoration (IR) Program requirements. The IR program is designed to address uncontrolled hazardous substance, pollutant and contaminant sites at Department of Navy (DON) activities, with the ultimate goal of site remediation and regulatory closure. In accordance with the requirements of Superfund Amendments and Reauthorization Act (SARA) of 1986, DoD activities are required to follow and comply with all U. S. Environmental Protection Agencies (EPA) and Comprehensive Environmental Response, Compensation and Liability Act of 1980 (CERCLA) guidelines, rules, regulations, and criteria including the National Oil and Hazardous Substance Pollution Contingency Plan (NCP), Title 40, Code of Federal Regulations (CFR). In addition to the A-E services identified under CERCLA, the contractor may also be assigned Resource Conservation and Recovery Act (RCRA) and Underground Storage Tank (USTR) support projects. The contractor may also be assigned to support other types of work of similar nature related to air, water, hazardous materials, hazardous waste, solid waste, and petroleum, oils, and lubricants (POL) laws and regulations. The contractor shall provide these services at U.S. Navy, Marine Corps, and other government facilities predominantly in California, to a lesser extent in Arizona. The contract would be awarded for a base year of $4,000,000 with four one-year options of $4,000,000 per year, for a total dollar value of $20,000,000. Individual task orders on the average would range from $5,000 to $500,000. The Government is looking for the following information: (1) Specialized experience of the firm and/or proposed consultants, that was substantially completed in the period between January 1998 to January 2003, in performing simultaneous projects for environmental studies and other support services relating to the Navy?s Installation Restoration Program and with laws and regulations for CERCLA, RCRA, underground storage tanks, air, water, hazardous materials, hazardous waste, solid waste, petroleum, oils, and lubricants (POL), associated GIS mapping, obtaining environmental permits, and interfacing with regulatory agencies (Federal/ State/ Local) in California predominantly, and to a lesser extent in Arizona. Recent experience documenting innovative cleanup strategies and successful attainment of regulatory closure for CERCLA or RCRA sites should be included. (2) Professional qualifications and capabilities of the staff to be assigned to this contract. Include experience from January 1995 to January 2003 in performing field investigations and preparing studies/analysis/plans relating to environmental studies and other support services pertaining to CERCLA, RCRA and underground storage tanks. Indicate familiarity with laws and regulations for air, water, hazardous materials, hazardous waste, solid waste, and petroleum, oils, and lubricants (POL), and pollution prevention, associated GIS mapping, obtaining environmental permits, and interfacing with regulatory agencies (Federal/ State/ Local) in California and Arizona. Experience in California will be weighted more heavily than experience in Arizona. SUBMISSION REQUIREMENTS: Firms submitting responses shall present their information in a matrix format showing contracts they have performed. The matrix shall show the most recent 10 projects that prove your firm can meet the qualification criteria listed above, with contract numbers, contract type (firm fixed price, cost reimbursement, etc), total contract price (value), client?s name current and accurate client point of contact with phone number, geographic project location, description of the contract?s work requirement, specific description of the actual work that the respondent did (was your firm the prime or subcontractor and if a subcontractor, what percentage was your firm responsible for), dates of the contract performance, and list key personnel that participated in the projects and what were their responsibilities. Provide your ability to meet the qualifications above relative to your firms? qualified professional personnel. Provide the firm?s status, size of the business, relative to the NAICS code 541330. Firms certified by SBA as 8(a) must include a copy of certification. Responses shall not be in excess of 13 (thirteen) pages. Two sided pages count as two sheets. 10 (ten) pages should be dedicated to past and current projects that show the firms ability to perform the work. There should be one project per page. Two (2) pages should show key employees, both firm and subconsultants, and their experience relative to the work. One (1) page should be the cover sheet which includes name of company, address, telephone number, fax number, at least two contacts, email address, business size, and a short description of the firm?s history including years in business, number of employees, and main disciplines of the firm. Copies of SBA Certifications are not included in the 13 (thirteen) page count. Packages are due 30 April 2003, 2:00 pm Pacific Standard Time. Mailed packages shall be addressed to Southwest Division, Naval Facilities Engineering Command, Code 02R1.LS, Attn: Lea Sili, 1220 Pacific Highway, San Diego CA 92132. Hand carried or overnight delivery packages shall be delivered to Lea Sili, Code 02R1.LS, 1230 Columbia Street, Suite 870, San Diego, CA 92132.
 
Record
SN00305226-W 20030418/030416213805 (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.