Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2004 FBO #0853
SOLICITATION NOTICE

C -- Comprehensive Long-Term Environmental Action Navy (CLEAN) for Pacific Division, Naval Facilities Engineering Command, Pearl Harbor, HI

Notice Date
4/10/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Pacific, Acquisition Department, 258 Makalapa Drive Suite 100, Pearl Harbor, HI, 96860-3134
 
ZIP Code
96860-3134
 
Solicitation Number
N62742-03-R-1837
 
Response Due
5/12/2003
 
Point of Contact
Priscilla Tamboa, Contracting Officer, Phone (808) 474-9347, Fax (808) 474-1146, - Karen Sugawa, Contracting Officer, Phone (808) 474-3669, Fax (808) 474-1146,
 
E-Mail Address
tamboapa@efdpac.navfac.navy.mil, sugawakk@efdpac.navfac.navy.mil
 
Description
THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF-254 AND SF-255 DOCUMENTS IS CONTAINED HEREIN. This proposed contract is an unrestricted procurement. Services include, but are not limited to Architect-Engineer environmental technical and engineering services at various Navy and Marine Corps Activities within the Pacific Division, Naval Facilities Engineering Command (PACNAVFACENGCOM) area of responsibility and may include services for other Department of Defense or Federal agencies. This requirement focuses primarily on environmental restoration projects performed under the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA). The services may include, but are not limited to, evaluating existing site information; preparing project planning documents; performing field investigations; analyzing environmental samples; validating and evaluating analytical data; performing human health and ecological risk assessments; participating in meetings with the Navy, natural resource trustees, and regulators; providing community relations support; preparing remedial designs, performing construction oversight; and preparing project reports. Examples of the types of reports that may produced under CERCLA include Preliminary Assessment/Site Inspection (PA/SI), Remedial Investigation/Feasibility Study (RI/FS), Engineering Evaluation/Cost Analysis (EE/CA), Action Memorandum (AM), Proposed Plan (PP), and Record of Decision (ROD). Services may also include environmental technical and engineering services to support various other programs such as: Underground Storage Tank, Subsurface Oil Recovery, Asbestos Abatement, and the Resource Conservation and Recovery Act (RCRA). All work shall be performed in accordance with all applicable Federal, State, and local policy, guidance, regulations, and laws including, but not limited to: CERCLA, the Superfund Amendments and Reauthorization Act (SARA), the National Oil and Hazardous Substances Pollution Contingency Plan (NCP), RCRA, the Oil Pollution Act of 1990 (OPA 90), the Toxic Substances Control Act (TSCA), the Hazardous Materials Transportation Uniform Safety Act (HMTUSA), the Clean Water Act (CWA), the Safe Drinking Water Act (SDWA), the Clean Air Act (CAA), the Coastal Zone Management Act (CZMA), the Endangered Species Act (ESA), the National Environmental Policy Act (NEPA), the Occupational Safety and Health Act (OSHA), and the most recent version of U.S. Army Corps of Engineers Safety and Health Requirements Manual, EM-385-1-1. The Contractor shall also comply with the requirements of the most current issue of the Navy Environmental and Natural Resources Program Manual (OPNAVINST 5090.1B) and the Pacific Division, Naval Facilities Engineering Command Installation Restoration Program Project Procedures Manual, Navy Facilities Engineering Command design manuals and other authorized instructions. Many military areas of work anticipated under this contract will not allow the entry of aliens. The field crew of the A-E shall be composed of U.S. citizens who can qualify for access to these areas. The contract will be a Cost-Plus-Award-Fee Indefinite Quantity/Indefinite Delivery type where the work will be required on an as-needed basis during the life of the contract providing the Government and Contractor agree on the amount. The Government will determine the contract task order amount using the negotiated contract rates and negotiate effort to perform the particular project. The contract is for a base period and nine additional one year options, and shall not exceed $100,000,000. The Government reserves the option to extend the contract for up to nine option years and there will be no future synopsis in the event the options are exercised. The Government guarantees a minimum amount of $100,000 for the contract. NAICS code is 541330, Engineering Services. Small business size standard is $4 million. Estimated date of contract award is August 2003. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. The following selection evaluation criteria, listed in relative order of importance, will be used in the evaluation of A-E firms: (1) Professional qualification and experience of key personnel necessary for satisfactory performance of the full range of environmental services required by the contract; the key personnel identified for the proposed contract are: Program Manager, Deputy Program Manager/Technical Director, Project Managers (include five Project Manager resumes), Senior Project Scientist, Senior Ecological Risk Assessor, Quality Control/Quality Assurance Manager, Health and Safety Manager and submittals must include resumes for these personnel; (2) Specialized experience and technical competence of the firm in characterizing the identity and extent of hazardous substance contamination; assessing the human health and ecological risk associated with the contamination; applying CERCLA, State of Hawaii Department of Health, EPA Region IX, and Guam EPA requirements to projects, interfacing with stakeholders, determining effective, cost efficient methodologies for site remediation, preparing remedial designs, and preparing PA/SI, RI/FS, EE/CA, AM, PP, and ROD documents; (3) Capability of the firm to handle anticipated volume and types of work, to utilize personnel effectively, and to meet critical schedules; (4) Performance on current and past contracts with Government agencies and private industry in terms of quality of work, ability to control costs of all work including subcontractors, and compliance with performance schedules; (5) Demonstrated ability to establish and maintain: (a) A cost accounting system which is adequate to maintain integrity of costs applicable to a cost-plus-award-fee reimbursable contract; (b) A purchasing system governed by Federal procurement regulations; (c) A property control system; (d) Full financial stability; and (e) Subcontracting goals; (6) Demonstrated ability and commitment of the firm to provide substantial; (a) Subcontracting opportunities for small and small disadvantaged business (SB and SDB) concerns; (b) Subcontracting opportunities for Women-owned Small Business (WOSB) or Historically Underutilized Business Zone Small Business (HUB Zone SB) or Veteran-Owned Small Business (VOSB) or Service-Disabled Veteran-Owned Small Business (SDVOSB) or Historically Black Colleges and Universities/Minority Institutions (HBCU/MI) firms; and (c) Subcontracting opportunities for local and small business concerns located in the vicinity of work to be accomplished at Naval bases slated for closure under the Base Realignment and Closure (BRAC) legislation; (7) Architect-Engineer firm’s quality control practices/techniques; (8) Location of the firm and its subcontractors and demonstrated familiarity with, and knowledge of, the geographical region, in order to: (a) Meet requirements for performance of concurrent complex tasks of differing natures primarily in Hawaii and Guam, and also at other installations in the PACNAVFACENGCOM geographical area; and (b) Mobilize in a timely manner to perform required services, including emergency clean-up work; (9) Volume of work awarded to the firm by DoD during the previous 12 months with the object of effecting an equitable distribution of work among qualified firms. A-E firms shall address their planned potential for use of and past performance in the use of SB, SDB, WOSB, HUB Zone SB, VOSB, SDVOSB and HBCU/MI in Block 10 of the SF255. The statutory Government-wide goals for the total value of all prime contract awards per fiscal year (FY) are 23% to SB, 5% to SDB, 5% to WOSB, 3% to HUB Zone SB, 5% to HBCU/MI and 3% for VOSB and SDVOSB concerns. Additionally, the Naval Facilities Engineering Command established subcontracting goals of 65.4 percent of the subcontracted effort to SB concerns for FY 2004. Of the total subcontracted effort, the goals are a minimum of 15.1 percent to SDB concerns, 14.7 percent to WOSB concerns, 3.1 percent to HUB Zone SB concerns and 3 percent to SDVOSB concerns for FY 2004. Large business firms who are short-listed will be required to submit a subcontracting plan prior to being interviewed. Each firm's past performance and performance rating(s) will be reviewed during the evaluation process and can affect the selection outcome. A-E firms shall provide their DUNS and ACASS number in Block 3 of the SF255. The contract will require the selected firm have on-line access to E-mail via the Internet for routine exchange of correspondence. A-E firms that are interested and meet the requirements described in this announcement are invited to submit complete, updated Standard Form (SF) 254, Architect Engineer and Related Services Questionnaire and SF255, Architect-Engineer and Related Services Questionnaire for Specific Project plus one electronic copy (CD-ROM or 3-1/2” diskette), to the Commander, PACNAVFACENGCOM, Acquisition Department, Pacific Environmental Contracts Division (ACQ0232PT) by 2:00 p.m. HST, on 12 May 2003 at the following address: (1) Postal Mailing Address: 258 Makalapa Drive, Suite 100, Pearl Harbor, Hawaii 96860-3134; (2) If hand carrying: Building 223, South Avenue, Pearl Harbor, Hawaii 96860. Label lower right corner of outside mailing envelope with A-E Services N62742-03-R-1837. A-E firms utilized by the prime A-E must also submit completed Standard Forms 254 and 255. Submit one hardcopy of each form plus one electronic copy (CD-ROM or 3-1/2” diskette). Facsimile and electronic submission of Standard Forms 254 and 255 will not be accepted. All Standard Forms 254, 255 and electronic copy (CD-ROM or 3-1/2” diskette) will not be returned. This is not a request for a proposal. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (10-APR-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 26-MAR-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N62742/N62742-03-R-1837/listing.html)
 
Record
SN00555501-F 20040328/040326215857 (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.