Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2004 FBO #0885
SOLICITATION NOTICE

C -- Architect-Engineer Services for NEPA Documents/Environmental Investigations, Permit Applications, Related Studies of Dredging, Water Wastewater at Various Navy/Marine Corps Activities, Pacific Basin

Notice Date
4/27/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
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
N62742-04-R-1862
 
Response Due
5/28/2004
 
Point of Contact
Velma Wong, Contract Specialist, Phone (808) 474-5707, Fax (808) 474-0746, - Richard Keener, Supervisory Contract Specialist, Phone (808) 474-6815, Fax (808) 474-1146,
 
E-Mail Address
velma.wong@navy.mil, keenerrr@efdpac.navfac.navy.mil
 
Description
THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION REQUIRED ON YOUR STANDARD FORM (SF) 255 AND (SF) 254 SUBMITTAL DOCUMENTS IS CONTAINED HEREIN. This proposed contract is a potential small business set aside procurement. The small business size standard classification is NAICS 541330 ($4.0 million in annual receipts). The Government will first review Standard Form (SF) 255s and (SF) 254s received from small businesses, and if three highly qualified Small Business firms cannot be identified, then (SF) 255s and (SF) 254s from large business will also be reviewed. Therefore it is encouraged that both small and large businesses, submit for this requirement. 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, CAGE 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. The required 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 (NAVFAC EFD Pacific) area of responsibility (AOR) and may include services for other Department of Defense or Federal agencies. This requirement focuses primarily on the preparation of National Environment Policy Act (NEPA) documents and other environmental studies. The services may include, but are not limited to, evaluating the environmental effects of proposed Navy actions; evaluating and identifying dredged material management alternatives; evaluating water and wastewater utility systems; 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, public hearings and briefings with the Navy, natural resource trustees, and regulators; and preparing project reports. Examples of the types of reports that may produced under this contract include NEPA scoping documents, RCE, EA, EIS, ROD, permits applications, engineering studies, cost estimates, preliminary engineering designs. Services may also include environmental technical and engineering services to support various other programs such as: Underground Storage Tank, Subsurface Oil Recovery, Asbestos Abatement, Clean Air Act 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: National Environment Policy Act, Ocean Disposal Act, the Clean Water Act (CWA), 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 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 Contractor shall also comply with the requirements of the most current issue of the Navy Environmental and Natural Resources Program Manual (OPNAVINST 5090.1B), Overseas Environmental Baseline Guidance Document, applicable Final Governing Standards and 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 A-E shall also be able to provide personnel who have the capability to obtain Secret Clearance and facilities and equipment to manage classified documents. The contract will be a Fixed Price 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 the effort to perform the particular project. The contract will be for a base period and, the Government reserves the option to extend the contract for, an additional four years, or to the extent that the maximum contract total of $5Mil is not exceeded. The Government guarantees a minimum amount of $50,000 for the base year contract. There will be no future synopsis in the event the options, included in the contract are exercised. Estimated date of contract award is August 2004. 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 qualifications (e.g. education, experience, professional registrations) of the offeror’s staff proposed in the following fields, listed in order of importance: (a) National Environment Policy Act (NEPA) environmental impacts analyses (studies, assessment and mitigation); (b) Dredged material analysis, evaluation and management; and (c) environmental engineering work including potable water, industrial and domestic wastewater, storm water, and oily waste. The professional qualifications of the prime contractor staff will be weighted more heavily than that of the team subcontractors; (2) Specialized recent experience and technical competence of prime firm or its particular staff members in Federal, State, local, and overseas regulatory requirements of the NAVFAC EFD Pacific AOR in: (a) NEPA environmental impacts analysis to include specialized studies (air, noise, traffic, utilities, view, socioeconomic), assessment and required mitigation; (b) dredged material analysis, evaluation and management, including aquatic toxicity [bioassay, statistical analysis, data interpretation, modeling (ADDAMS)]; (c) drinking water, including source, treatment and distribution system investigations; (d) sewage, industrial wastewater, and storm water investigation and management; (e) water and wastewater utility system vulnerability assessments; (f) oily waste treatment and spill response prevention/response planning; (g) natural resources studies; and (h) cultural resources studies; (3) Method of operation and work production which demonstrates: (a) majority of NEPA and dredged material evaluation and management work is performed by the prime consultant; (b) prime consultant is in control of resourcing; (c) prime contractor has past experience working with sub consultants. Items which must be addressed include: (i) organizational structure, (ii) Quality Control Plan, (iii) ability to resource and manage potential workload of six projects totaling $2M at multiple locations within the NAVFAC EFD Pacific AOR occurring concurrently, and (iv) demonstrated capability of the prime consultant to manage the total scope of projects; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) The volume of work previously awarded to the firm by the Department of Defense shall also be considered, with the object of effecting an equitable distribution of Department of Defense A-E contracts among qualified A-E firms and firms that have not had Department of Defense contracts; (6) Use of Small or Small Disadvantaged or Women-owned Small Business firms shall also be considered. 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 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 at least 65 percent of the subcontracted effort to SB concerns. Of the total subcontracted effort, the goals are a minimum of 12 percent to SDB concerns, 5 percent to WOSB concerns, 3 percent to HUB Zone SB concerns, 5 percent to HBCU/MI and 3 percent to VOSB and SDVOSB concerns. A-E firms that are interested and meet the requirements described in this announcement are invited to submit a 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, Pacific Division, Naval Facilities Engineering Command, Acquisition Department, Pacific Environmental Contracts Division (ACQ023:Velma Wong) by 2:00 p.m. HST, on 28 May 2004, Friday, 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 04 R 1862". 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 WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (27-APR-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N62742/N62742-04-R-1862/listing.html)
 
Place of Performance
Address: Commander, Pacific Division, Naval Facilities Engineering Command, 258 Makalapa Drive, Suite 100, Pearl Harbor, Hawaii
Zip Code: 96860-3134
Country: United States
 
Record
SN00573588-F 20040429/040427212702 (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.