Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2003 FBO #0506
SOLICITATION NOTICE

C -- Indefinite Quantity A/E for Environmental Services at the Naval Weapons Station, Goose Creek, SC

Notice Date
6/30/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, ROICC Charleston, 2120 Quality Circle, Goose Creek, SC, 29445
 
ZIP Code
29445
 
Solicitation Number
N62467-02-R-8368
 
Response Due
8/1/2002
 
Point of Contact
Leah Guerry, Contracting Officer, Phone 843-764-4112 x-3009, Fax 843-764-4157,
 
E-Mail Address
guerrylf@efdsouth.navfac.navy.mil
 
Description
Architectural/Engineering Services for Indefinite Quantity Environmental Projects at the Naval Weapons Station, Goose Creek, SC. The firm/team may also, on occasion, be tasked to provide the services described herein at Government activities in the Charleston, SC area. These actions will be decided on a case-by-case basis as approved by the contracting officer. It is anticipated that most work will be in at the Naval Weapons Station. The contract will be indefinite quantity type where orders will be placed on an "as required" basis intermittently which shall not exceed 12 months or $600,000.00, with an option to renew for four years and/or an additional $600,000.00, whichever comes first, total of five (5) years. There will be no future synopsis in the event the options included in the contract are exercised. The anticipated value of this contract is $3,000,000. The A/E fee per project shall not exceed $100,000.00. There will be a guaranteed minimum of $10,000.00 for the base year paid only once for the life of the contract. The contract will be for an indefinite quantity of engineering services projects, which may include preparation/performance of environmental studies and reports, and biddable design packages covering a broad range of environmental activities to include those listed below in (b) of the selection criteria. Selection Criteria: The following selection criteria are listed in order of importance. (a) Adequate professional personnel (environmental engineers, civil engineers, chemist, hydrogeologists, industrial hygienists, environmental scientists, personnel with experience in soils chemistry, personnel with experience in hazardous material/waste management, mechanical engineers, electrical engineers, biologist and personnel with experience in natural resource management). (b) Experience within the past five years in the following areas: (1) Clean Air (CAA '90 and SCDHEC Air Regulations (61-62) including but not limited to preparing emission inventories, preparation of permits (Title V), and design of pollution control systems: (2) Oil and Hazardous Material/Waste Management, analysis, and assessment (OPA '90 RCRA, CERCLA, and SCDHEC Hazardous Waste Management Regulations) including but not limited to preparing SPCC plans, hazardous waste/material management plans, solid waste management plans, applicable studies and reports, permitting, and design of interim actions, closures, restorations, mitigation projects, and storage and transfer facilities. (3) Asbestos including but not limited to performing surveys, inspections, and abatement design. (4) Clean Water (CZMA, CWA, and includes but is not limited to preparing studies, permits, and design for managing and protection of surface and ground water. (5) Wastewater collection, treatment, and disposal including but not limited to studies, analysis, permitting and design. (6) Pollution Prevention (PPA '90) including but not limited to preparing plans and studies. (7) Emergency Planning and Community Right-to-Know Act including but not limited to preparing plans and studies and public relations, (8) National Environmental Policy Act including but not limited to preparing environmental assessments and impact statements, and public relations. (9) Natural Resource Management including but not limited to preparing plans and studies. (10) Toxic Substance Control Act (TSCA) including but not limited to sampling and analysis of PCB samples, conducting non-invasive surveys for lead based paint, and preparing reports and Plans for the management of toxic substances/wastes. (11) Preparation of dredging permits. (12) Capability to perform complex analytical analysis and provide analysis data on an expedited schedule. (13) Knowledge of local regulator personnel. (c) Capability to efficiently perform Services at WPNSTA CHASN, capability to provide all plans, studies, and design packages on station compatible electronic media. WPNSTA CHASN currently uses Micro Soft Work 97, Autocad release 14, and ArcView 3.1. (d) Management Plan must show as a minimum, detail of lines and supervision and communications, and working relationships between teams, and consultants, (e) Volume of DOD contract awards in the last 12 months. (f) Location of the firm in the general geographic area of the project provided there is an appropriate number of qualified firms for consideration. NAICS is 541620 and Size Standard is $6M. A/E firms which meet the requirements described in this announcement are invited to submit completed SF-254 and SF-255, U. S. Government Architect-Engineer Qualifications, to Naval Facilities Engineering Command Southern Division, Attn: Mrs. Leah Guerry, 2120 Quality Circle, NWS Charleston, B-71, Goose Creek, SC 29445-8611. THE ONLY INFORMATION REQUIRED TO SUBMIT IS 254'S & 255'S. Firms responding by 01 AUG 2002 will be considered. Any inquiries (including submission of SF-254 & 255's) should show title, location and solicitation number on the outside of the envelope. The submittal package must be received in this office not later than 4:00 P.M. Eastern Time on TO BE DETERMINED. Submittals received after this date and time will not be considered. IT IS A MANDATORY REQUIREMENT THAT THE CONTRACTOR IS REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) PRIOR TO SUBMlTTING PAPER WORK 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, the DUNS number, Commercial and Government Entity (Cage) Codes, if known, ACASS number 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 is 541620 and Size Standard is $6M. This is not a request for proposal. Site visits will not be arranged during advertisement period. THERE IS NO SOLICITATION PACKAGE AVAILABLE THE ONLY INFORMATION REQUIRED IS THE SF-254 AND SF-255. If further information is required call Mrs. Leah Guerry at (843) 764-4112 ext 3009. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (30-JUN-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 18-APR-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N62467D/N62467-02-R-8368/listing.html)
 
Place of Performance
Address: Naval Weapons Station Red Bank Road Goose Creek
Zip Code: 29445-8611
Country: US
 
Record
SN00307671-F 20030420/030418221628 (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.