Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2003 FBO #0660
SOLICITATION NOTICE

C -- Indefinite Quantity for Environmental Planning & Engineering Services for National Environmental Policy Act (NEPA) & Executive Order (EO) 12114, Environmental Effects Abroad of Major Federal Actions

Notice Date
9/16/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Atlantic, Headquarters, A/E Branch, 1510 Gilbert Street Building N-26, Code AQ22D, Norfolk, VA, 23511-2699
 
ZIP Code
23511-2699
 
Solicitation Number
N62470-03-R-4009
 
Response Due
10/20/2003
 
Point of Contact
Robin Lamb, Program Assistant, Phone 757-322-8272, Fax 757-322-8285, - Donald Ewell, Contract Specialist, Phone 757-322-4169, Fax 757 322-4166,
 
E-Mail Address
LambRM@efdlant.navfac.navy.mil, EwellDL@efdlant.navfac.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Architect-Engineer or Engineering Services are required for the preparation of environmental planning documents in accordance with the National Environmental Policy Act (NEPA) and Executive Order (EO) 12114, Environmental Effects Abroad of Major Federal Actions. The geographic area covered by this contract encompasses the Atlantic Division, Naval Facilities Engineering Command?s Area of Responsibility (AOR) and the adjacent waters of the Atlantic Ocean. The preponderance of the work on this contract is anticipated to occur within the Command?s stateside AOR, which includes the states of Virginia, North Carolina and West Virginia. Work could be assigned with the AOR of one of the Command?s components to include: the District of Columbia and the state of Maryland under the Engineering Field Activity, Chesapeake; the states of Delaware, Pennsylvania, New Jersey, New York, Connecticut, Rhode Island, Massachusetts, New Hampshire, Maine, Vermont and Ohio under the Engineering Field Activity, Northeast; and Iceland, the Azores and Europe under the Engineering Field Activity, Mediterranean. Taskings could also be assigned for the Caribbean and Puerto Rico either by the Atlantic Division or the Southern Division, Naval Facilities Engineering Command. The documents to be prepared under this contract include Categorical Exclusions (CATEX), Environmental Assessments (EA), and Environmental Impact Statements (EIS) under NEPA, as well as Environmental Reviews and Environmental Studies under EO 12114. The preponderance of work to be assigned under this contract will be CATEXs and EAs. General guidelines for preparation of the NEPA documents are contained in the Council on Environmental Quality (CEQ) Regulations (40 CFR Part 1500 et. seq.) and Navy Instructions as published, 32 CFR Park 775, and OPNAVINST 5090.1B. Guidance for preparing EO 12114 documents is contained in OPNAVINST 5090.1B, Appendix E. In order to complete these documents, some of the following related studies and services may be required: (a) Air conformity analyses under the Clean Air Act; (b) Wetland delineation and mitigation plans; (c) Cultural resource surveys (both architectural and archeological); (d) Coastal Zone Management consistency determinations; (e) Endangered Species Act, Section 7 consultations, biologic surveys and biological assessments; (f) Community Impact Studies; (g) Environmental Justice Analyses; (h) Traffic Studies; (i) Water quality studies to include chemical and physical analysis of dredge material and bioassays; (j) Stormwater Management Studies; (k) Noise impact studies; (l) Toxic and Hazardous Waste Surveys; (m) Public Involvement Strategies; (n) Life Cycle Cost Analyses; (o) Land Use Compatibility (LUC) Plans; (p) Natural Resources Surveys; (q) Translation services for CATEX/EA/EIS and Public Notices, particularly those involving actions in Puerto Rico; and (r) Range Hazard Analysis. The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for all services. Evaluation factors (1) through (5) are of equal importance; factors (6) and (7) are of lesser importance and will be used as tie-breakers among technically equal firms. Specific evaluation factors include: (1) Specialized Experience - Firms will be evaluated in terms of their past experience with regard to the preparation of the above listed environmental documents and related studies, and their knowledge of environmental regulations unique to the contract area; (2) Professional qualifications and technical competence in the type of work addressed in Evaluation Factor (1) ? Firms will be evaluated in terms of the staff?s active professional registration and the capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands; (3) Ability to perform the work to schedules and capacity to complete up 3 taskings per year ? Firms will be evaluated in terms of the impact this workload on the staff?s projected workload during the contract period; (4) Past Performance ? Firms will be evaluated in terms of one or more of the following (with emphasis on projects addressed in Evaluation Factor (1)) demonstrated long term business relationships and repeat business with the Government and private customers, and performance ratings/letters of recommendation received; (5) Quality Control Program ? Firms will be evaluated on the acceptability of their internal Quality Control Program used to ensure technical accuracy and coordination of the environmental, planning and engineering services. List key personnel responsible; (6) Firm location and knowledge of the locality of the contract (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract) - Firms will be evaluated on their location with respect to the general geographical area of the contract and their knowledge of local codes, laws, permits and construction materials and practices of the area of the contract; and (7) Volume of Work - Firms will be evaluated in terms of work previously awarded to the firm by DOD with the objective of affecting an equitable distribution of DOD A&E contracts among qualified A&E firms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts. The contract requires that the selected firm have an on-line access to E-mail via the internet for routine exchange of correspondence, and have Central Contractor Registration. The duration of the contract will be for one (1) year from the date of an initial contract award. The proposed contract includes four (4) one (1) year Government options for the same basic professional skills. The annual fee for this action is $750,000. The total A&E fee that may be paid under this contract will not exceed $3,750,000; however, the yearly maximum may total up to $1,000,000. No other general notification to firms for other similar projects performed under this contract will be made. Type of contract: Firm Fixed Price Indefinite Quantity Contract. Estimated start date is January 2004.--Architect-Engineer firms which meet the requirements described in this announcement are invited to submit completed Standard Forms (SF) 254 (unless already on file) and 255, U. S. Government Architect-Engineer Qualifications, to the office shown above. In Block 10 of the SF 255, discuss why the firm is especially qualified based upon synopsized evaluation factors; and provide evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., State registration number. For selection evaluation factor (1), provide the following information for only the staff proposed for this work using these column headings: NAME, RELATED PROJECTS WORKED ON, YEAR, FIRM, and TECHNICAL ROLE. Use Block 10 of the SF 255 to provide any additional information desired and continue Block 10 narrative discussion on plain bond paper. All information must be included within the SF 255. Provide a synopsis of the scope of work, point of contact and telephone number for each project listed in SF 255 Block 8. Firms having a current SF 254 on file with this office and those responding by 4:00 p.m. EST, 20 October 2003 will be considered. Responses should be sent to the following address: Commander, Attn: Code AQ22E, Atlantic Division, Naval Facilities Engineering Command, 6506 Hampton Boulevard, Norfolk, Virginia 23508-1278. Late responses will be handled in accordance with FAR 52.215-1. Hand carried proposals will not be accepted. Electronic (email, facsimile, etc.) submissions are not authorized. Firms responding to this advertisement are requested to submit only one copy of qualification statements. The qualification statements 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.--This proposed contract is being solicited as 100% set aside for small business; therefore, replies to this notice are requested from all small business concerns.--The small business size standard classification is NAICS 541330 ($4,000,000).--This is not a request for proposals. THERE IS NO RFP OR SOLICITATION PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF 255 AND SF 254 QUALIFICATIONS IS CONTAINED HEREIN. Inquiries concerning this project should mention location and contract number. See Note 24.
 
Place of Performance
Address: VARIOUS LOCATIONS
Country: MULTIPLE
 
Record
SN00435733-W 20030918/030916213353 (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.