Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2004 FBO #0970
SOURCES SOUGHT

C -- ENVIRONMENTAL PROJECTS, PRIMARILY PLANNING & FACILITIES PLANNING SERVICES

Notice Date
7/21/2004
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northeast, 10 Industrial Hwy MS #82, Lester, PA, 19113
 
ZIP Code
19113
 
Solicitation Number
N62472-04-R-1401
 
Response Due
8/26/2004
 
Point of Contact
Virginia McAllister, Contract Specialist, Phone (610)595-0824, Fax (610)595-0645, - David Rule, Supervisory Contract Specialist, Phone (610)595-0633, Fax (610)595-0645,
 
E-Mail Address
virginia.mcallister@navy.mil, ruledp@efane.navfac.navy.mil
 
Description
ENGINEERING SERVICES FOR INDEFINITE QUANTITY CONTRACT FOR ENVIRONMENTAL PLANNING AND FACILITIES PLANNING THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD Engineering Services for an Indefinite Quantity Contract for Environmental Planning and Facilities Planning Services at various activities located primarily in the Engineering Field Activity Northeast, Naval Facilities Engineering Command?s 10 state area of responsibility (AOR), including the states of Maine, Vermont, New Hampshire, Massachusetts, Connecticut, New York, New Jersey, Pennsylvania, Rhode Island and Delaware. Work could also be added in the area of responsibility of Atlantic Division, Naval Facilities Engineering Command in the states of Virginia, North Carolina, and West Virginia as well the Caribbean, the Azores, Iceland, Europe (including Engineering Field Activity, Mediterranean areas). Also, work could be added in the area of responsibility of Engineering Field Activity, Chesapeake including the District of Columbia and the state of Maryland. Additionally, an order could be issued for any Government facility in the world. The documents that may be prepared under this contract include environmental assessments, environmental impact statements, archeological/cultural resource studies, wetland delineation and mitigation plans, air quality conformity determinations, dredge sediment testing and analysis plans, and coastal zone consistency determinations. While the major focus of this contract will be environmental planning services as outlined above, other work that may be conducted under this contract includes development of various planning studies, project (DD 1391) development, and economic analyses. Environmental assessment and impact statements require the preparation of comprehensive documentation of the existing natural and man-made environments of the project site(s) and surrounding vicinity and the impacts proposed projects will create. Environmental documentation will also require evaluation of alternative sites/methods, etc. As part of environmental documentation prepared for Navy actions, cultural resources services may require documentation of facilities/properties that may be considered to have architectural, historical, or cultural significance. Tasks may include the preparation of reports/nomination forms, etc., documenting facilities, structures, sites, etc., that may qualify for listing on the National Register of Historic Places. This work shall be coordinated with the appropriate state historic preservation office and the Advisory Council on Historic Preservation. Studies involving wetland delineations may also be added to, or part of, the contract and shall be conducted using U.S. Environmental Protection Agency, U. S. Army Corps of Engineers and appropriate state wetland delineation criteria. If required, wetland boundaries shall be surveyed using accepted land surveying techniques and or GPS. Air quality conformity determinations, in compliance with the Clean Air Act Amendment of 1990, may also be added to the basic contract as part of a larger study or as individual determinations for special projects. Dredge sediment testing and analysis plans may include sediment sampling and testing, hydrographic surveys, and disposal alternatives analysis. Coastal zone management consistency determinations, if required, shall be developed for submission to the coastal zone management coordinators in the appropriate states. Submission of documentation will include electronic deliverables (in accordance with EFANE CADD policy) and standard word processing procedures. Work will include the development and training of Geographic Information System (GIS) applications for Navy Systems and users. Includes use of Global Positioning Systems, design and development; preparation of manuals on using the GIS deliverable; development of web-based technology; and ability to provide photogram metric mapping services. In addition to the services described above, work during the life of the contract may also include preparing/modifying AutoCAD, MicroStation drawings and other graphic services. The Contractor should have knowledge of Navy Marine Corps Internet (NMCI) standards and requirements as well as EO 12906, DOD, Navy and CADD/GIS Technology Center standards. SIGNIFICANT EVALUATION FACTORS (IN ORDER OF IMPORTANCE) 1. SPECIALIZED EXPERIENCE OF THE FIRM IN THE TYPE OF WORK REQUIRED. A/E Firms shall indicate recent specific experience in the following: Environmental Planning Tasks preparing National Environmental Policy Act (NEPA) environmental documentation including coastal zone management, wetlands delineations/studies/mitigation planning; Clean Air Act Conformity Determinations; cultural resources; GIS/CADD and Facilities Planning Tasks including special siting studies, project development (1391 development), economic analyses, anti-terrorism & force protection requirements. Firms will be evaluated in terms of their past experience with regard to the preparation of the above listed documents and their knowledge of environmental regulations unique to the contract area. 2. PROFESSIONAL QUALIFICATIONS AND RELEVANT EXPERIENCE OF THE STAFF TO BE ASSIGNED TO THIS CONTRACT (INCLUDING THOSE OF ANY CONSULTANTS). Firms will be evaluated in terms of the staff?s active professional registration and the capability to provide qualified backup staff for key personnel to ensure continuity of services and ability to meet unexpected project demands. 3. CAPACITY OF THE ASSIGNED TEAM TO ACCOMPLISH MULTIPLE, LARGE AND SMALL PROJECTS SIMULTANEOUSLY AND WITHIN THE REQUIRED TIME CONSTRAINTS. Firms will be evaluated in terms of the impact of this workload on the staff?s projected workload during the contract period. 4. PAST PERFORMANCE WITH RESPECT TO QUALITY OF WORK, COMPLIANCE WITH PERFORMANCE SCHEDULES, AND COST CONTROL (EMPHASIS ON D.O.D. WORK). Firms will be evaluated in terms of one or more of the following: (with emphasis on projects addressed in factor number 1) demonstrated long term business relationships and repeat business with Government and private customers and performance ratings/letters of recommendation and private customers and performance ratings/letters of recommendation received. 5. QUALITY CONTROL PROGRAMS OF THE FIRM TO ENSURE TECHNICAL ACCURACY OF SUBMITTALS. Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and coordination of environmental, planning, and engineering services. 6. LOCATION OF THE FIRM IN THE GENERAL GEOGRAPHICAL AREA OF THE PROJECT AND KNOWLEDGE OF THE LOCALITY OF THE PROJECT, PROVIDED THAT THERE IS AN APPROPRIATE NUMBER OF QUALIFIED FIRMS THEREIN FOR CONSIDERATION. Firms will be evaluated on their location with respect to the general geographical area of the contract and their knowledge of local codes, laws, permits and construction materials and practices of the area of the contract. 7. VOLUME OF WORK PREVIOUSLY AWARD TO THE FIRM BY THE DEPARTMENT OF DEFENSE. Firms will be evaluated in terms of work previously awarded to the firm by DOD within the past twelve months. 8. SUBCONTRACTING UTILIZATION. Firms will be evaluated on the extent to which they identify and commit to small business (SB), to small disadvantaged business (SDB), woman-owned small business (WOSB), veteran-owned service disabled small business, and HUBZone small businesses, whether as joint venture, teaming arrangement, or subcontractors. The following Naval Facilities Engineering Command goals are expressed in terms of percentages of total planned subcontracting dollars for utilization of small businesses ? 73%. Included in the SB goals are targets for: Small Disadvantaged Business (SDB) including Historically Black Colleges/Universities/Minority Institutions (HBCU/MKI) ? 15%; Women-owned Small Business (WOSB) ? 13.8%; Veterans Owned Small Businesses (VOB) ? 3%; Services Disabled Veteran Owned Small businesses (SDVOSB) ? 3% and HUBZone Small Business ? 3.1% Large Business Firms should submit their Navy wide SF 295 (Standard Form 295, Summary Subcontract Report) with their completed SF 330. The slated firms will be required to provide a preliminary subcontracting plan (support for small business subcontracting) as part of the interview. The duration of the contract will be for one year from the date of the initial contract award. The proposed contract includes four, one-year Government options for the same basic professional services. The total A&E fee that may be paid under this contract including the option years will not exceed $5,000,000. There will be no dollar limit per project. The minimum guarantee for the entire contract term (including option years) will be satisfied by the award of the initial project. The options may be exercised at the sole discretion of the Government subject to workload and/or satisfaction of A/E performance under the subject contract. The NAICS Code is 541330 and the small business size standard classification is $4,000,000. Type of Contract: Indefinite Quantity Contract/Firm Fixed Price Task Order. Estimate Start Date, OCTOBER 2004, THE PROPOSED CONTRACT IS BEING SOLICITED ON AN UNRESTRICTED BASIS; THEREFORE REPLIES TO THIS NOTICE ARE REQUESTED FROM ALL BUSINESS CONCERNS. A/E firms which meet the requirements described in this announcement are invited to submit completed Standard Form 330 to EFANE, Naval Facilities Engineering Command, 10 Industrial Highway, Mail Stop #82, Lester, PA 19113-2090. Standard Form 330 may be downloaded from the following GSA Web Site: http://www.gsa.gov/forms Respondents may supplement this proposal with graphic material and photographs that best demonstrate capabilities of the team proposed for the project. The following information should be provided: (1) Summary of how the firm meets the stated evaluation criteria for the subject contract; (2) Matrix documenting proposed team members specialized experience relevant to the (Project Manager, Project Engineer, Architect, etc.); (3) Copies of performance evaluations and/or letters of commendations (as attachments for office making this submission); (4) List of relevant projects and date design completion scheduled, date design completed and final cost estimate compared to contract award amount. Firms must also indicate if they are subsidiary that operates under a firm name different from the parent company. The qualification statement 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. All contractors are advised that registration in the DOD Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to be registered in the DOD CCR Database may render your firm ineligible for award. All firms are encouraged to register as soon as possible. For more information, check out the CCR website: http://www.ccr.gov. Solicitation will also be available electronically by accessing EFANE?s Internet address: www.esol.navfac.navy.mil. SELECTION INTERVIEW REQUIREMENTS: At the selection interview, the A/E firms slated for interviews must submit a listing of present name and telephone numbers of officers at their financial institutions and performance references. Firm should respond by 4:00 p.m. 26 August 2004 to be considered. ALL HAND CARRIED SUBMITTALS MUST BE DEPOSITED IN THE BID BOX WHICH IS LOCATED IN THE LOBBY AT NAVAL FACILITIES ENGINEERING COMMAND, EFA NORTHEAST, 10 INDUSTRIAL HIGHWAY, MAIL STOP #82, LESTER, PA 19113-2090 PRIOR TO 4:00 P.M. 26 AUGUST 2004. ACCESS TO BID BOX IS Monday through Friday, 8:00 a.m. ? 4:00 p.m. PLACE LABEL ON THE OUTERMOST ENVELOPE IN WHICH YOUR SUBMITTAL IS DELIVERED STATING ?SUBMITTAL ENCLOSED?, ?CONTRACT NUMBER N62472-04-R-1401 AND DATE DUE 26 AUGUST 2004?. Facsimile responses will not be accepted. Late responses will be handled in accordance with FAR 52.214-7. No material will be returned. Respondents may supplement this proposal with graphic material and photographs which best demonstrate capabilities of the team proposed for the project. Firms responding to this announcement are requested to SUBMIT ONLY ONE COPY of qualification statements. THIS IS NOT A REQUEST FOR PROPOSAL. Any additional information required, may be obtained by emailing virginia.mcallister@navy.mil.
 
Place of Performance
Address: VARIOUS LOCATIONS
 
Record
SN00627952-W 20040723/040721212730 (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.