Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2004 FBO #0775
SOLICITATION NOTICE

C -- 8(a) IDIQ Architect Engineering Services involving potable water, groundwater, wastewater, and incidental storm water studies on Navy & Marine Corp Installations

Notice Date
1/9/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Regional Environmental Contracts, Attn: 02RE.CS 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N68711-04-D-1101
 
Response Due
2/10/2004
 
Point of Contact
Michelle Crook, Contracting Officer, Phone 619-532-0762, Fax 619-532-0771, - Michelle Crook, Contracting Officer, Phone 619-532-0762, Fax 619-532-0771,
 
E-Mail Address
michelle.crook@navy.mil, michelle.crook@navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
8(a) IDIQ Architect Engineering Services involving potable water, groundwater, wastewater, and incidental storm water studies on Navy & Marine Corp Installations at various locations in California, Arizona, Nevada, New Mexico, and Utah. This solicitation is being offered for competition limited to eligible 8(a) concerns. Business affiliations such as joint ventures, teaming arrangements and other business arrangements capable of meeting the requirements of this contract will be entertained. All responses received by the submittal date/time will be evaluated. Architect and Engineering services are required to provide technical support to Navy and Marine Corps installations to meet their statutory compliance requirements for all of the applicable environmental laws and regulations pertaining to potable water, groundwater, wastewater and incidental storm water, and compliance with similar requirements to support other related Comprehensive Environmental Response Compensation and Liability Act (CERCLA), Resource Conservation and Recovery Act (RCRA) and Base Realignment and Closure (BRAC) projects. The contractor shall provide these services at United States Navy and Marine Corps installations and other government facilities predominantly in Southern California, and to a lesser extent in Arizona, Nevada, New Mexico and Utah. The contract will be awarded as a Firm Fixed-Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract not to exceed $1,250,000 or 365 days from the date of contract award, whichever comes first. The government has the option to extend this contract for (3) three additional option periods (365 calendar days for each option). The total maximum value for the base term and all option periods shall not exceed $5,000,000. The individual task order limitation may not exceed $500,000.00. The minimum guarantee for this contract is $5,000.00. The A&E must demonstrate key personnel qualifications with respect to the published evaluation factors for all environmental engineering services and environmental sciences services. Evaluation factors (1) through (5) are specified herein and listed in order of importance: (1) Recent specialized experience of the firm and/or proposed consultants (that was substantially completed within the period between October 1998 and October 2003) in performing multiple simultaneous projects involving field investigations and preparation of studies/survey/analysis/plans relating to potable, groundwater, wastewater and incidental storm water. Select projects where multiple team members worked together, if possible, that demonstrate the team?s capability to perform work similar to that required for this contract. Complete one Section F of the Standard Form (SF) 330 ? Architect Engineer Qualifications for each project. Identify a maximum of 10 projects for project experience relating to potable, groundwater, wastewater and storm water collection and distribution systems, effluent sampling and monitoring plans, containment and control plans, associated Geographical Information Systems (GIS) mapping, obtaining environmental permits, and interfacing with regulatory agencies (federal/state/local) in Southern California predominantly and to a lesser extent Arizona, Nevada, New Mexico, and Utah for Navy/Marine Corps installations. Recent project experience documenting innovative compliance strategies should be included. (2) Professional qualifications and capabilities of the staff to be assigned to this project. Complete one Section E (Resumes of Key Personnel Proposed for this contract) of the SF 330 ? Architect Engineer Qualifications for each key person who will participate in this contract. Group by firm, with personnel of the prime contractor or joint venture partner firms first. Key Persons are individuals who will have major contract responsibilities and/or provide unusual or unique expertise. Include recent staff experience (that was substantially completed within the period between October 1998 and October 2003) in performing field investigations and preparing studies/analysis/plans relating to potable, groundwater, wastewater and incidental storm water. Document project experience relating to potable, groundwater, wastewater and storm water collection and distribution systems, effluent sampling and monitoring plans, containment and control plans, associated GIS mapping, obtaining environmental permits, and interfacing with regulatory agencies (federal/state/local) in Southern California predominantly and to a lesser extent Arizona, Nevada, New Mexico, and Utah for Navy/Marine Corps installations. Staff experience in California will be given greater consideration than experience in other states. (3) Past performance on contracts with Government agencies and private industry, in terms of cost control, quality of work, compliance with performance schedules, and reliability of the firm?s quality assurance and quality control program. Indicate effectiveness by briefly describing internal quality and cost control procedures. Document recent awards and commendations, and other performance evaluations (do not submit copies). Provide this information under Section H of the SF330. (4) Location in the general geographic area of Navy and Marine Corps installations in Southern California and Arizona, and knowledge of the locality in relation to Naval and Marine Corps installations in Southern California and Arizona. Greater weight will be given to location in proximity to Navy and Marine Corps installations in Southern California than in Arizona, but if proximity to installations in Southern California were comparable to other firms, closer proximity to installations in Arizona will be an advantage. Provide this information under Section H of the SF330. (5) Capacity to accomplish the work in the required time. Indicate the firm?s present workload and the availability of the project team (including consultants) for the specified contract performance period; and indicate specialized equipment, particularly related to state of the art potable, groundwater, wastewater and incidental storm water technology. Provide this information under Section H of the SF330. This procurement is being offered for competition limited to eligible 8(a) concerns only. Firms that meet the requirements described in this announcement are invited to submit (4) FOUR COMPLETED COPIES of the Standard Form (SF) 330. Firms not providing the information requested by this synopsis and the SF 330 may be considered non-responsive and not considered for award. The SF 330 shall not exceed 30 printed pages. Double-sided pages will be counted as two pages. Pages containing only organizational charts and photographs will not be counted unless the photographs include text. All information submitted for consideration must be included on the SF 330. Any additional items, including a cover letter, attachments, and pages in excess of the 30-page limit will not be included in the evaluation process. This limitation also applies to subsidiaries and affiliates of the firm. The submittal is to be received at the following address no later than 2:00 p.m. Pacific Standard Time, February 10, 2004. If the submittal package is being hand delivered please delivery to Naval Facilities Engineering Command, Southwest Division, Attn: Michelle Crook, Code 02RE.MEC, 1230 Columbia Street, Suite 870, San Diego, CA 92101. If mailed, send it to Naval Facilities Engineering Command, Southwest Division, Attn: Michelle Crook, Code 02RE.MEC, 1220 Pacific Highway, San Diego, CA 92132-5187. The solicitation number and brief title should be noted on the outside of the submittal package. Submittals received after this date and time will not be considered. Please provide the following additional information on the SF330 where indicated: Discuss why the firm is especially qualified based on the selection criteria in Section H of the SF 330. The government will assess each offeror?s financial capability to perform on the instant contract. As a result, firms submitting a SF-330 shall provide as part of their submittal package, ONE COPY of the following additional information: (1) For the Prime Contractor and each party to a Joint Venture the Dun & Bradstreet Comprehensive Report; (2) Evidence of availability of working/operating capital that will be used for the performance of the resultant contract for the Prime Contractor and each party to a Joint Venture; and (3) the company?s last two complete fiscal years? financial statements, audited, reviewed, or compiled by an independent accounting firm, including the accounting firm?s cover letter and full disclosure notes for the prime and each party to a joint venture. Each firm shall provide its current year-to-date financial statements as of the quarter ending prior to the submission of offers. Any firm that intends to rely on the financial backing of its parent corporation must submit separate financial statements for both the partially owned or wholly owned subsidiary and the parent corporation. If a partially owned or wholly-owned subsidiary relying on the financial backing of a parent corporation cannot submit its own financial statements, provide a detailed explanation why. If a partially owned or wholly owned subsidiary that will be performing the contract is relying on a parent corporation for financial backing, a financial guarantee letter must also be submitted. The financial statement documents will not be counted against the SF-330 page count. Firms, their subsidiaries or affiliates, which design or prepare specifications for a construction contract or procurement of supplies, cannot provide the construction or supplies. This is not a request for proposal. Telegraphic and facsimile SF 330s will not be accepted. Site visits will not be arranged during the submittal period. In accordance with Federal Acquisition Regulations (FAR) 52.204-7 Central Contractor Registration (Oct 2003), and Defense Federal Acquisition Regulations Supplement (DFARS) 252.204-7004, Alternate A (Nov 2003) all firms must be registered with the Central Contractor Registration (CCR) database prior to award. If the Prime Contractor and each party to a Joint Venture does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered firm. Contractors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423, or 269-961-5757. Provide the Prime Contractor and each party to a Joint Venture?s Data Universal Numbering System (DUNS) number in block 8c, Part II ? General Qualifications of the SF 330. If the firm does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A firm may obtain a DUNS number, if located within the US, by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com. The DUNS number will be used by the Contracting Officer to verify that the Offeror or Contractor is registered in the CCR database. The North American Industrial Classification (NAICS) code for this procurement is 541333, Environmental Engineering Services and the annual size standard is $4.0 million. Contact your local SBA office for more information. Provide the Prime Contractor and/or joint venture Employer Tax Identification Number (TIN) in block 8c, Part II ? General Qualifications of the SF 330. Contractors may view this announcement on the Internet at http://www.fedbizopps.gov./ Modifications to this synopsis will only be viewed in the Federal Business Opportunities (FedBizOpps) website. Note: Following an initial evaluation of the qualification and performance data submitted, three or more firms that are considered to be the most highly qualified to provide the type of services required will be chosen for discussions. After discussions the selected firms will be ranked in order of preference, and negotiations will commence with the most qualified firm.
 
Place of Performance
Address: Various locations in California, Arizona, Nevada, New Mexico, and Utah
Country: United States
 
Record
SN00501440-W 20040111/040109212059 (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.