Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2004 FBO #0831
SOLICITATION NOTICE

C -- A/E IQ ENVIRONMENTAL PLANNING AND FACILITIES PLANNING IN SOUTHERN CALIFORNIA, TASK ORDERS LESS THAN $75,000

Notice Date
3/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Regional Contracts Team, Attn: Code 02R3 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N68711-04-D-3015
 
Response Due
4/13/2004
 
Archive Date
4/28/2004
 
Point of Contact
vanessa schutt, contract specialist, Phone 6195323779, Fax 6195324789,
 
E-Mail Address
vanessa.schutt@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF-254 AND SF-255 DOCUMENTS IS CONTAINED HEREIN. This procurement is Small Business set aside. This contract is for Regional Indefinite Quantity Environmental Architectural Engineering Services for Preparation of Navy/Marine Corps Environmental and Facilities Planning Documentation for various projects located within Southern California. Preponderance of the work will be located within Southern California but there is the possibility of work being located anywhere in the United States, including Alaska and Hawaii, when that work comes under the responsibility of Southwest Division, Naval Facilities Engineering Command, San Diego, California. The terms of the contract will be 365 calendar days from the date of contract award, or until the $1,000,000 limit is reached with four one (1) year options. Each option period would be for 365 days or until an additional $1,000,000 limitation is reached. Maximum amount of the contract is $5,000,000 or five (5) years depending on which threshold is reached first. If the dollar capacity of the previous year has not been utilized, this capacity will be added to the following year option (if exercised). The hourly rates will be negotiated for each calendar year and are independent of which option year is in effect. The minimum guaranteed fee is $5,000 for the base year. The A-E fee for any single task order shall not exceed $75,000. The estimated start date is June 2004. A-E selection criteria will include (in order of importance): (1) Professional qualifications of the staff to be assigned to the project(s) will include professional and technical support with experience and knowledge in the preparation of Marine Corps and Navy planning documents including : NEPA, master planning documents, facilities planning documents, Environmental Baseline Surveys (EBSs), special environmental studies documents, and traffic documents, special environmental studies documents, and traffic and air quality studies. List only the team members who actually will perform major tasks under this project and their qualifications which should reflect the individual?s potential contributions to this project. (2) Specialized Experience of the firm (including consultants) in preparation of Marine Corps and Navy planning documents including: NEPA, master planning documents, facilities planning documents, EBSs, special environmental studies documents, and traffic and air quality studies. Do not list more that a total of ten (10) projects in block 8 for each project listed. Indicate which consultants from the proposed team, if any, participated in the preparation of planning documentation for each project. (3) 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 available and prior security clearances. (4) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Indicate by briefly describing internal quality assurance and cost control procedures and indicate team members who are responsible for monitoring these processes. State the firm?s experience in sustainable design. List recent awards, commendations, and other performance evaluations (do not submit copies). (5) Location in the general geographic area and knowledge of the locality of the projects of Naval and Marine Corps bases within California, Arizona, Nevada, and New Mexico. (6) SUSTAINABILITY: The firm?s experience in sustainable design. (7) VOLUME: Volume of work previously awarded to the firm by the Department of Defense within the past twelve months. One copy of the submittal package is to be received in this office no later than 2:00 PM Pacific Time on the date indicated above. Should the due date fall on a weekend or holiday, the submittal package will be due the first workday thereafter. Submittals received after this date and time will not be considered. Additional information requested of applying firms: indicate solicitation number in block 2b, CEC (Contractor Establishment Code) and/or Duns number (for address listed in block 3), and TIN number in block 3, fax number and email address in block 3a, and discuss why the firm is especially qualified based on the selection criteria in block 10 of the SF 255. For firms applying with multiple offices, indicate the office which completed each of the projects listed in block 8 and list which office is under contract for any contracts listed in block 9. Use block 10 of the SF 255 to provide any additional information desired. Personal interviews may not be scheduled prior to selection of the most highly qualified firm. SF 255's shall not exceed 30 printed pages (double sided is considered to be two pages/organizational charts and photographs excluded. Exception: photographs with text will be considered as a page). All information must be included on the SF 255 (cover letter, other attachments and pages in excess of the 30 page limit will not be included in the evaluation process). Firms not providing the requested information in the format (i.e. listing more than a total of 10 projects in block 8, not providing a brief description of the quality control plan, not listing which office of multiple office firms completed projects listed in block 8, etc.) directed by this synopsis may be negatively evaluated under selection criteria (3). Firms, their subsidiaries, or affiliates, which design or prepare specification for a construction contract or procurement of supplies, cannot provide the construction or supplies. This limitation also applies to subsidiaries and affiliates of the firm. This is not a request for proposal. Telegraphic and facsimile SF 255's will not be accepted. Site visits will not be arranged during the submittal period. In accordance with DFARS 252.204-7004 all firms must be registered with the Central Contractor Registration (CCR) prior to any award of a contract. To obtain information on registration offerors may call 1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil. The North America Industry classification System is 541620 (formally known as Standard Industrial Code 8711) and the annual size standard is $5 million.
 
Place of Performance
Address: CALIFORNIA
Country: UNITED STATES
 
Record
SN00536859-W 20040306/040304223351 (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.