Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2003 FBO #0505
SOURCES SOUGHT

C -- INDEFINITE QUANITY CONTRACT FOR ENVIRONMENTAL ENGINEERING & DESIGN SERVICES FOR WATER AND WASTEWATER PROJECTS PRIMARILY IN THE EFANE 10 STATE AREA

Notice Date
4/17/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northeast, 10 Industrial Hwy MS #82, Lester, PA, 19113
 
ZIP Code
19113
 
Solicitation Number
N62472-03-R-1300
 
Archive Date
6/12/2003
 
Point of Contact
Virginia McAllister, Contract Specialist, Phone (610)595-0824, Fax (610)595-0645, - David Rule, Supervisory Contract Specialist, Phone (610)595-0633, Fax (610)595-0645,
 
E-Mail Address
mcallistervf@efane.navfac.navy.mil, ruledp@efane.navfac.navy.mil
 
Description
An environmental/civil/sanitary engineering firm is required to perform diverse environmental engineering work at various activities located in the Engineering Field Activity, Northeast 10 state area (ME, VT, NH, MA, RI, CT, NY, NJ, PA, & DE) The contractor may, on occasion, be tasked to provide the services described herein at locations outside of the EFANE AOR. Work assignments are expected to be primarily concerned with drinking water, sanitary wastewater, stormwater and industrial wastewater projects. Work shall include, but not be limited to, studies; plans; field sampling; laboratory analysis; designs; GIS; mapping; permit applications and Environmental Management System (EMS) Interface concerning subjects such as: potable water production, treatment and distribution; industrial and sanitary wastewater systems, storm water collection, treatment, discharge systems, and TMDL analysis. Work assignments, in instances where emergency circumstances exist, may also involve projects in other environmental arenas, which include but are not limited to hazardous waste, oil, air, asbestos, pollution prevention, and pesticides. The initial project will be identified later. The following design related pre-priced options may be exercised at the discretion of the government: 0-35% design, 35-100% design; and Post Construction Award Services (PCAS) such as shop drawing review/approval, consultation during construction, construction inspection services, and preparation of record drawings. Options are normally exercised within several months of completing prior work, however, delays up to one year are possible. Firms are advised that work could potentially involve close contact with hazardous materials/hazardous wastes, lead based paint and asbestos in various settings. Firms unable to accept work in these environments need not apply. Significant Evaluation Factors (In Order of Importance) 1. PROFESSIONAL QUALIFICATIONS: a) The team leader shall be registered or certified within an applicable field with (1) a minimum of five years of experience as a multi-discipline team leader; with (2) demonstrated responsibility in charge of preparing water studies, designs, plans, permits, and projects; (3) developing and executing site investigation studies; (4) finger-tip knowledge of processes, regulations, and requirements for content of studies, designs, plans, and permits; and (5) knowledge of Environmental Management Systems (EMS) and the interface with the water program. b) Individual team members technical competencies shall include (1) water program assessment and site investigation field efforts; (2) applicable specialized certification or registration; and (3) applicable education. 2. SPECIALIZED EXPERIENCE: a) Recent applicable project experience relating to (1) water program studies, designs, plans, and permitting preparation of suitable size and scope; and (2) field work including site investigation data acquisition; b) Applicable experience relating to water projects, equipment, operation, maintenance, and training. 3. PAST PERFORMANCE: a) Past performance in management planning and execution performance; b) Contracts with government agencies and private industry in terms of (i) quality of work, (ii) controlling costs, and (iii) improving existing practices; c) Compliance with performance schedules; d) Ability to provide timely responses to issues that could arise during various phases of the contract. 4. CAPACITY: a) Professional ability to perform multiple projects concurrently; b) Ability to sustain the loss of key personnel while accomplishing the work within required time limits; c) Ability to accomplish multiple small, medium and large projects. 5. QUALITY CONTROL PROGRAM: a) Quality control in terms of the use of an internal quality control program to ensure technical accuracy and discipline coordination of plans and specifications. 6. LOCATION: a) Proximity to the geographical region covered by ENGINEERING FIELD ACTIVITY NORTHEAST; b) Knowledge of local and regional conditions and regulations that should be considerations of the contract requirements. 7. 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 Secretary of the Navy has assigned Naval Facilities Engineering Command goals expressed in terms of percentages of total planned subcontracting dollars for utilization of small businesses of 65%. Included in the SB goals are targets for: Small Disadvantaged Business (SDB), including historically black colleges/universities/minority institutions (HBCU/MI) 14.8%; Women-owned Small Business (WOSB) - 14.4%, Veterans Owned Small Businesses (VOSB) - 3%, Services Disabled Veterans owned Small Businesses (SDVOSB) - 3% and HUBzone Small Business - 3%. 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. 8. VOLUME Of WORK PREVIOUSLY AWARDED TO THE FIRM BY THE DEPARTMENT OF DEFENSE (DOD) WITHIN THE LAST TWELVE (12) MONTHS. . Estimated Construction Cost: N/A Type of Contract: Firm Fixed Price Estimated Start Date; August 2003 Estimated Completion Date: April 2008 The duration of the contract will be for one year from the date of an initial contract award with options for four additional one-year periods. The total amount that may be paid under this contract (including the option years) will not exceed $5,000,000 for the entire contract term. The minimum guarantee for the entire contract term (including the option years ) will be satisfied by the award of the initial project. The options may be exercised within the time-frame specified in the resultant contract at the sole discretion of the Government subject to workload and/or satisfaction of A/E performance under the subject contract. There will be no dollar limit per project and no dollar limit per year. The NAICS Code is 541130 and the small business size standard classification is $4,000,000. THE PROPOSED CONTRACT IS BEING SOLICIATED ON AN UNRESTRICTED BASIS. THEREFORE REPLIES TO THIS NOTICE ARE REQUESTED FROM ALL BUSINESS CONCERNS. A/E firms that meet the requirement described in this announcement are invited to submit completed Standard Forms 254 and 255 to the office shown above. Standard Forms 254, 255 and 295 may be downloaded from the following GSA web site: http://www.gsa.gov/forms. Respondents may supplement this proposal with graphic material and photographs that best demonstrate capabilities of the team proposed for the project. Block 10 of the Standard Form 255 will include the following: (1) summarize how the firm meets the stated evaluation criteria for this contract; (2) a matrix form must be included documenting proposed team members specialized experience relevant to the subject contract as follows. IN LEFT HAND COLUMN SHOW: Relevant projects (use number of project assigned in Block 8 of the Standard Form 255). ACROSS TOP ROW OF MATRIX SHOW: Role of Team Member (include consultants) on relevant project i.e., Project Manager, Project Engineer, etc; (3) firms must also indicate their past performance with respect to the quality of work, cost control and compliance with performance schedules. Include performance evaluations and/or letters of recommendation (as attachments) only for the office making this submission and (4) list of relevant projects and date design completion scheduled, date design completed and final cost estimate compared to the contract award amount. Firms must also indicate if they are a subsidiary, and if so, must state if they are normally subject to management decisions, bookkeeping, and policies of their holding or parent company. Also indicate if firm is an incorporated subsidiary that operates under a firm name different from the parent company. The qualification statement 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. All contractors are advised that registration in the DOD Central Contractor Registration (CCR) Database is required prior to award of the contract. Failure to be register in the DOD CCR Database may render your firm ineligible for award. All firms are encouraged to register as soon as possible. For more information, check out the CCR website: http://www.ccr.gov. Solicitation will also be available electronically by accessing EFANE's internet address: www.esol.navfac.navy.mil. INTERVIEW REQUIREMENTS: At the selection interview, the A/E firms slated for interviews must submit a listing of present name and telephone numbers of officers at their financial institutions, and performance references, in addition to a preliminary subcontracting plan, if they are a large business firm. Firms having a current SF 254 on file with this office and those responding by 4:00 p.m., 28 May 2003 will be considered. (NOTE: PLEASE SUBMIT ONLY ONE COPY) ALL HAND CARRIED SUBMITTALS MUST BE DEPOSITED IN THE BID BOX WHICH IS LOCATED IN THE LOBBY AT THE ABOVE GIVEN ADDRESS PRIOR TO THE TIME AND DATE SPECIFIED. PLACE LABEL ON THE OUTERMOST ENVELOPE IN WHICH YOUR SUBMITTAL IS DELIVERED STATING SUBMITTAL ENCLOSED. CONTRACT NUMBER N62472-03-R-1300, AND DATE DUE 28 MAY 2003. Access to the bid box is only on working days between the hours of 8:00 a.m. and 4:00 p.m. Facsimile responses will not be accepted. Late responses will be handled in accordance with FAR 52.214-7. No material will be returned. Do not fax any material. Respondents may supplement this proposal with graphic material and photographs that best demonstrate capabilities of the team proposed for the project. Firms responding to this announcement are requested to submit only one copy of qualification statements. THIS IS NOT A REQUEST FOR PROPOSAL.
 
Place of Performance
Address: VARIOUS LOCATIONS
 
Record
SN00306353-W 20030419/030417213836 (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.