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
MODIFICATION

C -- Comprehensive Long-Term Environmental Action Navy (C.L.E.A.N.), District IV, Various Activities under the Cognizance of the Southern Division, Naval Facilities Engineering Command

Notice Date
3/3/2004
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, 2155 Eagle Drive, North Charleston, SC, 29406
 
ZIP Code
29406
 
Solicitation Number
N62467-04-R-0055
 
Response Due
3/15/2004
 
Point of Contact
Debbie Sanders, Contract Specialist, Phone 843-820-5974, Fax null,
 
E-Mail Address
debbie.sanders@navy.mil
 
Description
This action published in FedBizOps on 6 February 2004 is modified to add the following: Evaluation Factor 8 ? Organizational Conflicts of Interest. Due to the nature of the proposed contract and subcontract teaming arrangements, conflicts may arise in the performance of some of the task orders. Firms will be evaluated in terms of how they plan to avoid, neutralize and mitigate potential organizational conflict of interests as defined in FAR Subpart 9.5. The Contractor shall provide a statement with their qualifications that concisely describes all relevant facts concerning any past, present, or currently planned interest (financial, contractual, organizational, or otherwise) relating to the work to be performed. The awarded contractor will be required to follow NFAS Clause 5252.209-9300 Organization Conflicts of Interest Alternate I (JUN 1994). The date and time set for receipt of proposals remains unchanged at 15 March 2004, 4:00 p.m. EST. Architect-Engineer or Engineering Services required services, listed in order of priority, include: (a) Those in support of the Defense Department's Installation Restoration Program in compliance with the Comprehensive Environmental Response Compensation and Liability Act (CERCLA) of 1980 as amended by the Superfund Amendments and Reauthorization Act (SARA) of 1986 and Resource Conservation and Recovery Act (RCRA). Work includes bases listed on the National Priorities List (NPL). Services include performance of site management plans, community relation plans, preliminary assessments, site inspections, remedial investigations, feasibility studies, RCRA facility investigation, corrective measures studies, interim measures plans, remedial and removal action designs, environmental assessments, risk assessments (both human health and ecological), contamination characterization, sampling, laboratory testing, presentations at restoration advisory boards (RABs), preparation of five year review reports, participation on partnering cleanup teams with regulators, Operation and Maintenance Support Information (OMSI) documentation, and oversight and assistance with environmental contracts. (b) Those in support of environmental documentation for base closure efforts; with emphasis on the accelerated schedules and increased sensitivity, visibility, and regulatory agency, political, and community concerns of Naval and Marine Corps installations subject to closure. (c) Those in support of addressing large and/or complex POL sites with multiple sources, distribution lines, including assessment, characterization, testing, monitoring, and remedial action design and oversight. (d) Those in support of assessments, studies, investigations, remedial designs that require coordination with, and understanding of other incidental environmental programs such as air, water, waste water, solid waste, asbestos, and hazardous substance/waste management and complex compliance requirements requiring the integration of knowledge from several media and statues in US and abroad. (e) Those in support of expedited response actions. (f) Those in support of Findings of Suitability for Transfer/Early Transfer/Lease and associated Environmental Baseline Surveys. (g) Those in support of site investigation and remediation of Munitions Response Program (MRP) and associated contamination in accordance with DoD regulations expected to be promulgated specific to MRP Management and Remediation of inactive ranges. The remedial process will be consistent with the following DFARS clauses: 1. DFARS 252.223-7002 Safety Precautions for Ammunition and Explosives. (MAY 1994) 2. DFARS 252.223-7003 Change in Place of Performance- Ammunition and Explosives. (DEC 1991). The following provides technical direction and requirements for any and all work performed under this potential contract involving munitions and explosives of concern and/or ordnance scrap: Technical description: All work involving munitions and explosives of concern or any material or item with the potential to explode must develop and implement a specific plan to address this hazard. This includes a mechanism to assure protection of all subcontractors, site visitors, or any person potentially exposed to an explosive hazard. Work must be performed in a manner consistent with appropriate DoD, Navy, or other guidance, in order to assure hazards are identified and appropriate precautions take place in order to avoid preventable mishaps. In the case of mishaps, the plan must include text that assures the appropriate response takes place and that proper reporting is accomplished. (h) Those in support of the Navy?s R.S.E.P.A (Range Sustainability Environmental Program Assessment) program. (modeled after CERCLA). Range groundwater/soil contamination/investigation and remediation considering all pathways. (i) Those in support of Chemical/Biological/Radiological responses. (j) Those in support of GIS development and maintenance, web page development and maintenance and graphic support. The above mentioned services will be performed primarily at activities under the cognizance of Southern Division, Naval Facilities Engineering Command. The principal geographical area this contract will encompass is Florida, Georgia, South Carolina, Mississippi, Alabama, the Bahamas Islands, Tennessee, Louisiana, Texas, Oklahoma, Nebraska, Arkansas, Kentucky, Missouri, Kansas, Colorado, Wyoming, North Dakota, South Dakota, Minnesota, Iowa, Illinois, Wisconsin, Michigan, Indiana, Ohio, and North Carolina, New Mexico, Utah and Puerto Rico. However, work may also be added and performed anywhere as required by the Government. The A&E must demonstrate their and each key consultant?s qualifications with respect to the published evaluation factors for all services. Evaluation factors (1) through (6) are of equal importance; factor (7) is of lesser importance and will be used as a ?tie-breaker? among technically equal firms. Specific evaluation factors include: (1) Past Performance - Firms will be evaluated in terms of their past performance on same or similar products or services as described in this solicitation and their knowledge of environmental laws and regulations, permits and construction materials and practices of the areas under the cognizance of NAVFAC EFD SOUTH. This includes performance on all program phases from preliminary assessment through preparation of construction and operation & maintenance documents for remedial action or corrective measure implementation activities related to evaluation of CERCLA sites (both NPL & nonNPL installations), RCRA corrective action sites and sites on closing or realigning installations. Firms will be evaluated in terms of their quality of work, customer focus and demonstrated long-term business relationships with Government and private industry. As appropriate, superior performance evaluations on recently completed Department of Defense contracts will be considered. Provide information regarding previous working relationships with proposed team subcontractors. A name and phone number should be provided for each reference. Demonstrate your cost reimbursable contract experience. (2) Corporate Experience and Professional Qualifications - Firms will be evaluated on their corporate experience on managing contracts with similar scopes and complexity. Firms will also be evaluated on their capabilities/experience for GIS/Web development and maintenance. Firms will be evaluated in terms of their past experience with regard to the DoD MRP program and their knowledge of principles contained in CERCLA, DERP, DDESB applicable to UXO clearance, site investigations, remediation, and explosives safety. Firms must demonstrate expertise in a variety of UXO detection technologies, with expert ability to distinguish ordnance from non-ordnance. Expertise regarding UXO excavation via manual, mechanized, and remote-controlled mechanized methods is required. Knowledge and ability on remediating UXO and other constituents found in soil and groundwater is required in regard to current techniques common in the field such as blow-in-place and contained detonation chamber, as well as techniques presently more commonly found in industrial settings such as rotary kilns and deactivation furnaces. Experience with UXO safety requirements, render-safe procedures, and the ability to efficiently coordinate with active duty EOD personnel is needed. For the type of work required, firms will be evaluated in terms of the staff: (a) experience (with present and other firms) and roles of staff members specifically on projects addressed in evaluation factor number one; (b) demonstrate professional staff depth in task order level project managers and senior level project managers (experience level of a minimum of 8 years in waste site restoration experience); (c) active professional registration(s) in the states of Florida, Georgia, South Carolina, Mississippi, Alabama, the Bahamas Islands, Tennessee, Louisiana, Texas, Oklahoma, Nebraska, Arkansas, Kentucky, Missouri, Kansas, Colorado, Wyoming, North Dakota, South Dakota, Minnesota, Iowa, Illinois, Wisconsin, Michigan, Indiana, Ohio, North Carolina, New Mexico, Utah and Puerto Rico. (3) Capacity to Accomplish the Work - Firms will be evaluated in terms of their ability to promptly respond to Government requests for services. Demonstrate that the firm has the staff available for this contract to accomplish 80 to 100 task orders per year. Demonstrate the available staff ability to complete work in a timely manner, such as ability to complete draft work plans within 30 days after Notice to Proceed and mobilize forces immediately once the work plans are approved. The firm must also demonstrate the ability to handle unexpected surges in the workload with the same efficiency and promptness expected for planned work. Also, the firm must demonstrate the ability to handle separate programs in a timely and efficient manner, (i.e. IR/BRAC/MRP etc.). Firms will be evaluated in terms of their ability to manage a contract of this size and nature. Demonstrate how your staff will manage the workload, addressing the ability to accomplish the IR and BRAC programs, accommodating priorities of both programs. Demonstrate ability to manage your subcontractors. The firm must identify the management staff and demonstrate their ability to manage projects within a negotiated scope, schedule and budget; competently manage/participate in meetings; accelerate overall "clean up" process; act responsively to the requirements; provide innovative solutions/ideas and effectively communicate. If your firm is proposing to team with one or more subcontractors, demonstrate your approach for completing typical IR/BRAC task orders. Explain the structure between firms and how management oversight will be accomplished. If personnel are from different offices within the corporation, describe the interrelationship of the offices and how management will operate. Demonstrate that your firm has an effective cost accounting system, purchasing system, estimating system, and management information system (MIS) that fully integrates on line accumulation of cost expenditures within a week of occurrence. The awarded contractor will be required to follow the provision ? Cost Accounting Standards Notices and Certification, FAR 52.230-1. (4) Location - Firms will be evaluated on their knowledge/experience with respect to the general geographical area of the contract and the firm's knowledge of codes, laws, permits and construction materials and practices of the areas with particular emphasis on the states of Florida, Georgia, South Carolina, Mississippi, Alabama, the Bahamas Islands, Tennessee, Louisiana, Texas, Oklahoma, Nebraska, Arkansas, Kentucky, Missouri, Kansas, Colorado, Wyoming, North Dakota, South Dakota, Minnesota, Iowa, Illinois, Wisconsin, Michigan, Indiana, Ohio, North Carolina, New Mexico, Utah and Puerto Rico. (5) Small Business and Small Disadvantaged Business Subcontracting Plan - Firms will be evaluated on the extent to which they identify and commit to the published Small Business Subcontracting Program. The following are the published Naval Facilities Engineering Command goals expressed in terms of percentages of total planned subcontracting dollars for utilization of small businesses as part of the contract performance: Prime: Small Business (SB) ? 73.7%; Small Disadvantaged Business (SDB) ? 15.3%; HBCU/MI ? 1.2%; Women-owned Small Business(WOSB) ? 13.8%; Service-Disabled Vet SB ? 3%; HUBZone SB ? 3.1%; Veteran-Owned Small Business ? 3.0 %. Large business firms are required to submit their final SF294s ?Subcontracting Report for Individual Contracts? on three most recently completed contracts (not necessarily those projects listed under Factor 1, Past Performance) or any other documentation showing compliance with the utilization of HUBZone, SB, SDB, WOSB, VOSB, SDVOSB firms, and if applicable, HBCU/MI. Include the dollar value percentage of work (of total contract value) subcontracted to LB, HUBZone, SB, SDB, WOSB, VOSB, SDVOSB firms, and if applicable, HBCU/MI for each. If goals were not met on submitted contracts, provide explanation as to why. The slated firms will be required to provide a preliminary subcontracting plan (support for small business subcontracting) as part of the interview. (6) Quality Control Program - Firms will be evaluated on the effectiveness of their internal quality control program used to ensure overall coordination between engineering and technical disciplines on projects related to those addressed in evaluation factor number (2). Demonstrate how your quality control Program extends to your subcontractors including laboratories and drillers. Address your ability to ensure technical accuracy and coordination between all phases of work. (7) Volume of Work - Firms will be evaluated in terms of work previously awarded to them by DOD within the past 12 months with the objective of affecting an equitable distribution of contracts among qualified A&E firms, including small business concerns; historically black colleges and universities and minority institutions; firms that have not had prior Department of Defense contracts; and small disadvantaged business concerns. The work is determined based on the total corporate account including all subsidiaries of the corporation. At the selection interview, A-E firms slated for interviews must submit their Quality Assurance Project Plan (QAPP), including an explanation of the management approach, an organizational chart showing inter-relationship of management and design team components, specific quality control process, a listing of present business commitments and their required completion schedules. 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 seven (7) one (1) year Government options for the same basic professional skills. The total estimated cost plus award fee that may be paid under this contract for the base year plus all options is $175,000,000. No other general notification to firms for other similar projects performed under this contract will be made. Type of Contract: Cost Plus Award Fee. Estimated start date is 31 March 2005. ?Architect-Engineer firms which meets the requirements described in this announcement are invited to submit completed Standard Forms (SF) 254 and 255, U.S. Government Architect-Engineer Qualifications, to the office shown above. In Block 10 of the 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 (2), 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 (8.5x11). All information must be included within the SF 255 (limit to 40 pages (front and back considered 1 page), not less than 12 point font; every page that is not a SF 254 will be included in the 40 page count); cover letter and other attachments will not be considered in the evaluation process. Provide a synopsis of the scope of work, point of contact and telephone number for each project listed in SF 255 Block 8. All firms responding to this solicitation must submit the SF254/255 by 4:00 p.m. EST, 15 March 2004 to be considered. Late responses will be handled in accordance with FAR 52.215-10. Facsimile responses will not be accepted. Firms responding to this advertisement are requested to submit seven (7) copies 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 on an unrestricted basis; therefore, replies to this notice are requested from all business concerns. It is desirable that firms responding have a current or previously Approved Purchasing System for DOD cost reimbursement contracts. The small business size standard classification is NAICS 541330 ($4,000,000). This is not a request for proposals. Inquiries concerning this project should mention contract number. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-MAR-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 04-MAR-2004. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: Activities under the Cognizance of Southern Division, Naval Facilities Engineering Command
 
Record
SN00537195-W 20040306/040304225317 (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.