Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2003 FBO #0534
MODIFICATION

C -- IDQ FOR GENERAL ENVIRONMENTAL SERVICES WITH EMPHASIS ON DRINKING WATER, DOMESTIC AND INDUSTRIAL WASTEWATER, AND STORMWATER, AND OTHER ENVIRONMENTAL MEDIAS, VARIOUS LOCATIONS, WASHINGTON, DC, MD & VA

Notice Date
5/15/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Chesapeake, 1314 Harwood Street Washington Navy Yard, Washington, DC, 20374-5018
 
ZIP Code
20374-5018
 
Solicitation Number
N62477-03-D-0161
 
Response Due
5/30/2003
 
Archive Date
7/8/2003
 
Point of Contact
Danny Stubbs, Contracting Officer, Phone 202-685-3141, Fax 202-433-6900, - Peter Higginbotham, Contracting Officer, Phone 202-685-8262, Fax 202-433-6900,
 
E-Mail Address
stubbsda@efaches.navfac.navy.mil, higginbothampk@efaches.navfac.navy.mil
 
Description
This is to modify the previous synopsis which appeared originally appeared on April 17, 2003. This modifies the procurement concerning security clearances, selection criteria, and changes the response due date from May 22, 2003 to May 30, 2003. This procurement is open for responses from all firms. The work includes an indefinite quantity contract for environmental engineering and design services at various locations in the Engineering Field Activity (EFA) Chesapeake region, which includes Washington DC, MD, and VA. Emphasis will be on compliance projects related to the Clean Water Act, Safe Drinking Water Act, Clean Air Act, Pollution Prevention, Vulnerability Assessments and Emergency Response Plans, Hazardous Materials, Hazardous Waste, PCB's, Underground and Aboveground Storage Tanks, Lead and Asbestos abatement, Spill Contingency Planning, Air Pollution, Environmental Baseline Surveys (EBS), EPCRA, Environmental Management Systems (EMS) and Resource Conservation and Recovery Act. Specific environmental engineering projects may include: drinking water, wastewater, and storm sewer system evaluation and reuse studies; water distribution systems modeling; water leakage surveys; water conservation studies; water supply shortage studies; backflow prevention surveys; salt-water intrusion studies; potable water well evaluation studies; Supervisory Control And Data Acquisition (SCADA) system design; surveys of illicit discharges to storm sewer systems; preparation of National Pollutant Discharge Elimination System (NPDES) permit applications, POTW pretreatment applications and renewals for wastewater and stormwater discharge permits; drinking water, wastewater and stormwater sampling and analysis; soil, sludge and groundwater sampling and analysis; preparation of operation and maintenance manuals for drinking water and wastewater treatment plants; upgrading or improving the operation of existing drinking water, wastewater, and stormwater facilities; utility system master plans; industrial wastewater management plans; sludge management and disposal plans; biomonitoring; stormwater management plans; stormwater pollution prevention plans; NPDES surveys; development of Geographic Information Systems (GIS); preparation of supporting documentation for military construction (MILCON) projects; solid waste disposal; watershed impact assessments for Navy facilities; and development of low impact design for stormwater. It is anticipated that about 10 percent of the delivery task orders associated with this A-E IDQ may require team members to have active Secret level clearances. The A-E must propose a separate team with members possessing a Secret clearance if the primary team does not. The selected A/E firm shall prepare an OMSI package by assembling Information Systems and Operation & Maintenance Systems Information, which will accompany all primary system components. Delivery orders/projects may include, but will not be limited to, all or part of the following: preparation of studies and technical reports; conducting engineering investigations and remediation; environmental sampling; training; project engineering documentation (PED); preparation of preliminary and final designs; and preparation of plans, specifications, and construction cost estimates ready for bidding. Such services as studies and review of shop drawings may be required at any time up to the final acceptance of all work. Hazardous materials/hazardous wastes, i.e. asbestos, lead paint, PCB, heavy metals may exist at the project sites. If hazardous substances are encountered, the A-E Contractor will be required to conduct removal surveys, including testing and sampling, provide design removal procedures and prepare construction contract documents in accordance with applicable rules and regulations pertaining to such hazardous substances. All licenses and/or accreditations necessary for the locality of the project sites are required by the A-E firm and their subcontractors. The general intention is to provide design and engineering services as necessary to support the execution of this contract. The selected firm for this contract will be required to provide overhead, profit, and discipline hourly rates to the Contracting Officer within 10 days after receiving the Request for Proposal. The selected firm will be required to participate in orientation and site visit meetings (when requested) for each delivery order within seven days of notification and provide a fee proposal within ten days after receiving the Request for Proposal. Each project will be firm fixed price A-E contract. The total contract amount will not exceed $5,000,000 over 5 years. Design and engineering services for this contract will be subject to the availability of funds. The estimated start date is July 2003. Selection evaluation criteria, in relative order of importance are: 1. (a) Specialized experience and professional qualifications of the engineering firm (with its subcontractors), and the proposed project team (the team/office actually accomplishing the work) in providing complete engineering and design services for the contract requirements as described above related to water, wastewater and stormwater; (b) the firms computer, CAD and GIS capabilities; 2.(a) Specialized experience and professional qualifications of the engineering firm (with its subcontractors), and the proposed project team in providing complete engineering and design services for all environmental media, i.e., air, asbestos, EPCRA, EMS, Hazardous Waste, Infectious Waste, Lead Based Paint, noise, oil pollution, PCB?s, pesticides, radon, solid waste, recycling, SPCC, ODS plans, above ground and below ground storage tanks, EBS, and pollution prevention; (b) Ability to perform work requiring Secret security clearance when indicated as necessary; 3. Preference will be given to those firms with prior experience in Navy/Marine Corps environmental programs, and secondarily for experience with other governmental agencies; 4. Past performance of the prime A-E firm (and subcontractors) in the firm's quality control/quality assurance programs, both internal and field related, to assure quality fieldwork, coordinated technically accurate study results, recommendations, specifications, plans, and construction cost estimates. Each firm's past performance(s) and performance ratings (5 years) will be reviewed during the evaluation process and can affect the selection outcome; 5. Preference will be given to firms within a 150-mile radius of the Washington Navy Yard, provided that application of the criterion leaves an appropriate number of highly qualified firms. The Project Manager and other key personnel associated with this IDQ shall be located within the 150-mile radius. Firms which meet the requirements listed in this announcement are invited to submit one copy each of the completed Standard Forms (SF) 254 and 255, U.S. Government Architect-Engineer Qualifications, to the office indicated below. Site visits will not be arranged during the advertisement period. This proposed contract is being solicited on an unrestricted basis. Firms having a current SF 254 on file with this office may also be considered. Interested firms are requested to include facsimile numbers, the Contractor Establishment Code (CEC) - formerly the DUNS number, and Taxpayer Identification Number (TIN) on the SF 255 and SF 254 in Block 3. Interested firms are also requested to include their A-E Contractor Appraisal Support System ( ACASS) number on the SF 255 in Block 3. In Block 10, state why your firm is specially qualified based on the selection evaluation criteria. Also, use Block 10 to provide additional information desired by your firm. Only the SF 254 and 255 will be reviewed. Experiences identified in Block 8 should not be more than 5 years old. The A-E firm's primary person proposed to be the direct contact with EFA CHES throughout the contract work must be identified as the "Project Manager." Information in the cover letter and any other attachments will not be included in the official selection process. Submit the SF 254 and 255 to the mail room in the EFA CHES building, Building 212, Washington Navy Yard, by 3:30 p.m. on the established due date. Hand delivery or overnight delivery is highly recommended. Fax and electronic copies of the SF 254 and 255 will not be accepted. This is not a request for proposal. The selected firm may be subject to an advisory audit performed by the Defense Contract Audit Agency. EEO compliance is required. Because this contract acquisition could result in an award over $500,000.00, a subcontracting plan will be required by the selected firm if the firm is a large business concern. The small disadvantaged business set-aside goals in that subcontracting plan shall not be less than 5 percent of the subcontracted work. This set-aside goal of not less than 5 percent also applies to women-owned small business concerns. This does not apply if the prime firm is a small business concern. Effective 1 October 1997, A/E contractors are now required to register their firms in the Central Contractor database prior to receiving a contract award. This database provides basic business information, capabilities, and financial information to the Government and complies with the Debt Collection Improvement Act of 1996, which requires Federal agencies to have the Taxpayer Identification Number of every contractor and pay contractors through electronic funds transfer. A/E contractors will only have to provide this information once with annual updates or as key company information changes occur. Registration can be accomplished through the World Wide Web at http//www.acq.mil/ec, through any DOD Certified Value Added Network; or a paper may be obtained by calling the DOD Electronic Commerce Information Center at 1-800-334-3414. Contracting Officer Naval Facilities Engineering Command, Engineering Field Activity Chesapeake (Attn: Code AQ10 - Danny Stubbs), Washington Navy Yard, Building 212, 1314 Harwood Street, SE, Washington, DC 20374-5018. Technical point of contact prior to submission of SF 254 and SF 255: Ramesh Mehta 202-685-3267. http://esol.navfac.navy.mil/ http://www.ccr.gov
 
Place of Performance
Address: Various locations in the Engineering Field Activity (EFA) Chesapeake region, which includes Washington DC, MD, and VA.
Zip Code: 20374-5018
Country: USA
 
Record
SN00325076-W 20030517/030515213725 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.