Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2003 FBO #0737
SOLICITATION NOTICE

C -- INDEFINITE QUANTITY ARCHITECT-ENGINEERING CONTRACT FOR ENVIRONMENTAL PLANNING AND NATURAL RESOURCES PROJECTS AT VARIOUS NAVAL ACTIVITIES

Notice Date
12/2/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northwest, 19917 7th Avenue NE, Poulsbo, WA, 98370-7570
 
ZIP Code
98370-7570
 
Solicitation Number
N44255-04-R-8100
 
Response Due
1/7/2004
 
Archive Date
2/7/2004
 
Point of Contact
Stephanie Peterson, Contract Specialist, Phone 360-396-0248, Fax 360-396-0856, - Karen Smith, Contracting Officer, Phone 360-396-0240, Fax 360-396-0856,
 
E-Mail Address
petersonsa@efanw.navfac.navy.mil, smithkl@efanw.navfac.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS NOT A REQUEST FOR PROPOSALS. THERE IS NO SOLICITATION PACKAGE TO DOWNLOAD. ALL INFORMATION REQUIRED TO SUBMIT SF254 AND SF255 DOCUMENTS IS CONTAINED HEREIN. This is an announcement for a contracting opportunity under the Brooks Act for architect-engineering services. This procurement will be evaluated using Brooks Act procedures. THIS IS A SMALL BUSINESS SET ASIDE. Federal Acquisition Regulations (FAR) 36.6 selection rules apply. The contract type will be Firm-Fixed Price. The purpose of this contract is to obtain the services of an interdisciplinary team required to support Environmental Planning and Natural Resources at the Engineering Field Activity Northwest (EFANW) office, Poulsbo, Washington. The preponderance of the work to be placed under this contract is expected to be performed in the state of Washington. However, work may also be performed anywhere within the EFANW Area of Responsibility (Washington, Idaho, Montana, Utah, Oregon and Alaska) and other locations, as required. Services shall be accomplished in the contractor?s office with the exception of such field investigations and field surveys as are required at the project site. The Government will not provide any direct supervision of the Architect/Engineer (A/E) employees. Tasking under this contract will include the following types of services, studies, and/or reports. (a) ENVIRONMENTAL ASSESSMENTS (b) ENVIRONMENTAL IMPACT STATEMENTS AND SPECIALIZED TECHNICAL STUDIES IN SUPPORT OF ENVIRONMENTAL DOCUMENTATION. SUCH STUDIES WILL FOCUS ON THE FOLLOWING PACIFIC NORTHWEST IMPACT ASSESSMENT TOPICS: MARINE NEARSHORE PHYSICAL AND BIOLOGICAL ECOSYSTEM, MARINE ACOUSTIC ANALYSIS, AIRSPACE PLANNING AND AIRCRAFT NOISE ANALYSIS, FISHERIES, ESSENTIAL FISH HABITAT, AND THREATENED AND ENDANGERED SPECIES (c) APPLICATIONS FOR US ARMY CORPS OF ENGINEERS, CLEAN WATER ACT AND RIVERS AND HARBORS ACT PERMITS (d) ENDANGERED SPECIES ACT BIOLOGICAL ASSESSMENTS (e) INTEGRATED NATURAL RESOURCES MANAGEMENT PLANS (f) COASTAL CONSISTENCY DETERMINATIONS (g) SHORELINE MANAGEMENT ACT APPLICATIONS (h) NATIONAL HISTORIC PRESERVATION ACT SECTION106 AND 110 DOCUMENTATION (i) RANGE OPERATIONS MANAGEMENT PLANS. SELECTION CRITERIA: The selection will be based on the following criteria with criteria (1) through (4) being the most important and equally weighted. Criteria (5) through (7) are in descending order of importance. ***Note: Criteria number (7) shall be used as a secondary evaluation factor should the application of criteria numbers (1) through (6) result in firms being rated as equal. (1) PAST PERFORMANCE of the project team on similar projects by the proposed key personnel in terms of quality of work, cost control, and compliance with performance schedules. Key personnel are defined as Program Manager, Senior Planner, Project Manager and Quality Control Manager to be assigned to this contract. Referenced projects that were performed by key personnel under the proposed team structure will receive a higher rating in the evaluation under this criteria. Provide representative examples of completed projects (no more than 10 examples) with client?s name, phone number and address. The definition of a similar projects is a project that includes preparation of one or more of the following: (a) ENVIRONMENTAL ASSESSMENTS, (b) ENVIRONMENTAL IMPACT STATEMENTS AND SPECIALIZED TECHNICAL STUDIES IN SUPPORT OF ENVIRONMENTAL DOCUMENTATION. SUCH STUDIES WILL FOCUS ON THE FOLLOWING PACIFIC NORTHWEST IMPACT ASSESSMENT TOPICS: MARINE NEARSHORE PHYSICAL AND BIOLOGICAL ECOSYSTEM, MARINE ACOUSTIC ANALYSIS, AIRSPACE PLANNING AND AIRCRAFT NOISE ANALYSIS, FISHERIES, ESSENTIAL FISH HABITAT, AND THREATENED AND ENDANGERED SPECIES (c) APPLICATIONS FOR US ARMY CORPS OF ENGINEERS, CLEAN WATER ACT AND RIVERS AND HARBORS ACT PERMITS (d) ENDANGERED SPECIES ACT BIOLOGICAL ASSESSMENTS (e) INTEGRATED NATURAL RESOURCES MANAGEMENT PLANS (f) COASTAL CONSISTENCY DETERMINATIONS (g) SHORELINE MANAGEMENT ACT APPLICATIONS (h) NATIONAL HISTORIC PRESERVATION ACT SECTION106 AND 110 DOCUMENTATION (i) RANGE OPERATIONS MANAGEMENT PLANS. List recent performance evaluations and awards received by the proposed team for projects referenced. The Government may consider information obtained from past and present customers or clients, other Government agencies, current and former subconsultants, ratings in ACASS/CCASS and any other sources deemed necessary by the Government. (2) Recent SPECIALIZED EXPERIENCE and technical competence of the proposed team in the type of work described in criteria 1. Areas of functional knowledge and experience desired include Pacific Northwest impact assessment topics: Marine nearshore physical and biological ecosystem, marine acoustic analysis, airspace planning and aircraft noise analysis, fisheries, and threatened and endangered species. Firms that demonstrate experience in integrating specialized technical studies within the preparation of Natural Resources and Environmental Planning documentation for DoD projects, including Environmental Assessments and Environmental Impact Statements, Endangered Species Act Biological Assessments and applications for project construction/execution permits will receive a higher rating value under this criteria. (3) PROFESSIONAL QUALIFICATIONS of the staff and consultants to be assigned to this contract, which are necessary for satisfactory performance of the type of work requirements listed in criteria 1. Key personnel proposed are required to be licensed or certified professionals, as applicable. Provide an organization chart identifying each member of the project team. As a minimum, key personnel must be included. Indicate the branch office location of each team member. (4) QUALITY CONTROL (QC) PROGRAM. Provide information on the firm?s quality control program, including but not limited to a written plan. Identify and describe key procedures to ensure effective coordination of all project data. Show how the subcontractor?s quality control programs are integrated into the prime?s QC program for projects similar to those discussed in criteria 1. (5) CAPACITY of the proposed team to accomplish the work in the required time. Demonstrate the ability to complete several multidisciplinary contract task orders concurrently (i.e., the impact of this potential workload on the firm?s permanent staff, anticipated workload during the contract period, and the firm?s history of successfully completing work in compliance with performance schedules). Indicate the firm?s present and projected workload, and the availability of the proposed team members for the specified contract period. Demonstrate how the prime contractor will manage and coordinate the work of its staff and its subcontractors to produce integrated, cost effective solutions to task order assignments. Demonstrate the ability to respond quickly and coordinate multiple tasks between EFANW and its Activity customers. (6) LOCATION in the general geographic area of the contract and knowledge of the locality of the contract, particularly the Puget Sound Area. (7) EQUITABLE DISTRIBUTION OF THE WORK. List the total amount (dollar value) of DoD contract awards as the prime contractor within the past12 months in block 9 of the SF 255. GENERAL INFORMATION: The proposed procurement will result in the award of one fixed-price indefinite quantity contract. The effective period of the contract shall be a base year plus one option year, or a total aggregate task order value of $2,000,000.00 (two million dollars), whichever occurs first. For evaluation purposes only, the estimated annual contract usage is $1,000,000.00. The contract minimum guarantee shall be $25,000.00. Individual task orders executed under this contract are not expected to exceed $500,000.00. The estimated start date for the contract is May 2004. The primary North American Industrial Classification System (NAICS) Code for this procurement is 541620 (formerly Standard Industrial Classification (SIC) Code 8748). The small business size standard is $6 million annual average gross revenue for the last three fiscal years. In accordance with DFARS 252.204-7004 all firms must be registered with the Central Contractor?s Registration (CR) prior to award of any government contract. To obtain information regarding registering in the CCR, call 1-888-227-2423, or log on to Internet web site at http://www.ccr.gov. Qualified firms desiring consideration shall submit one copy of an SF-254 and SF-255 including organization chart of key personnel to be assigned to this contract and each subconsultant?s current SF-254 to Ms. Stephanie Peterson, Engineering Field Activity, Northwest, Code 05EK.SP, 19917 7th Avenue, NE, Poulsbo, Washington 98370-7570. One copy of the submittal package is due not later than 4:00 PM Pacific Time on 07 January 2004. Submittals received after this date and time will not be considered. No e-mail, telegraphic or facsimile submittals will be accepted. Elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. THIS PROCUREMENT IS A SMALL BUSINESS SET ASIDE.
 
Place of Performance
Address: See Description
 
Record
SN00479791-W 20031204/031202212323 (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.