Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2004 FBO #1003
SOLICITATION NOTICE

B -- ENGINEERING SERVICES AND INCIDENTAL A-E SERVICES FOR AIR COMPLIANCE

Notice Date
4/29/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Environmental Contracts Team, Attn: 02R1 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N68711-04-R-1103
 
Response Due
6/15/2004
 
Point of Contact
graciela steinway, contract specialist, Phone 6195320779, Fax 6195320771,
 
E-Mail Address
graciela.steinway@navy.mil.navy.mil
 
Description
This acquisition is solicited on an unrestricted basis utilizing full and open competition. The applicable NAICS code 541330, Environmental Engineering Services. A fixed price, Indefinite Delivery Indefinite Quantity (IDIQ) Environmental Multiple Award Contract (EMAC), for Air Quality Compliance at various locations in California, Arizona, Nevada, New Mexico, Utah, Alaska, Washington, Oregon, Idaho, and Montana is anticipated. The objective of this solicitation is to provide environmental engineering services and incidental architect-engineering services to various Navy and Marine Corps facilities, and other government facilities within the contract geographic area, to meet statutory compliance requirements for all applicable environmental laws and regulations with regard to air quality. Additionally, the contract may provide air compliance support to CERCLA, RCRA, and Base Closure and Realignment (BRAC) projects. The work to be ordered under this contract will be performed at various locations within Southwest Division's footprint. Work may be located in CA, AZ, NV, NW, AK, WA, OR, ID, UT AND MT as deemed necessary to meet workload requirements. The majority of the work will be performed in CA. The exact location of work will be designated in the individual contract task orders. The proposed Task Order 0001 requirement entails developing, submitting, and implementing a Class I Air Operating Permit for U.S. Marine Corps Air Station (MCAS) Yuma, Arizona, in accordance with Title V of the Clean Air Act and the Arizona Department of Environmental Quality (ADEQ) State Implementation Plan (SIP) Provision R9-3-527.C. Applicable requirements are codified in the following articles of the Arizona Administrative Code, Title 18, Chapter 2: Article 3 (Permits and Permit Revisions), Article 6 (Emissions from Existing and New Non-point Sources), Article 7 (Existing Stationary Source Performance Standards), Article 8 (Emissions from Mobile Sources [New and Existing], Article 9 (New Source Performance Standards), and Article 11 (Federal Hazardous Air Pollutants). Developing this Permit will require a comprehensive air emission source inventory to calculate the combined and total impacts of all current and potential emissions of hazardous air pollutants (HAPs) from aircraft, support equipment, ordnance, other mobile and fixed internal combustion engines, painting and solvent operations. Ozone depleting substance-containing refrigeration equipment and impacts from fugitive dusts (PM-10) will also be evaluated and quantified. The Class I Air Operations Permit application will require an exhaustive compilation of air emission calculations and actual stack/source emissions data, and assemblage of the draft and final permit for submission to ADEQ. The Options for the proposed task order 0001 provide ongoing Permit compliance support for the installation Environmental Department as described in this Scope, including modifications of the Permit to reflect changes to the MCAS Yuma mission. The duration of work under the task order shall not exceed 540 calendar days under the Basic and an additional 365 days under the Options. Services shall be provided in accordance with the current Architectural-Engineering (A-E) Guide for A-E firms performing services for SOUTHWESTNAVFACENGCOM. All references identified in the basic contract remain in full effect. The Government reserves the right to reject any or all proposals at any time prior to award; to award contract(s) to other than the offeror(s) submitting the lowest total price(s); and to award contract(s) to the offeror(s) determined to be the most advantageous to the government. Award(s) may be made without discussions or any contact concerning the proposals received. The contract(s) will be awarded for a base period of one year with four one-year option periods. The minimum guarantee for each contract awarded is $5,000. The aggregate value of task orders issued under the contracts combined shall not exceed $15,000,000. The Government intends to award without discussions; therefore, offerors should submit proposals containing their most favorable terms. Awards will be made using Federal Acquisition Regulation (FAR) Part 15 competitive negotiation procedures. Contracts will be awarded to the responsible firms whose proposals, conforming to the solicitation, offer the "Best Value" to the Government, price and other factors considered. The Government intends to award one contract with the proposed Task Order 0001 and to award the remaining contracts with a minimum guarantee of $5,000.00 each. However, the Government reserves the right not to award the proposed Task Order 0001 identified in this solicitation or to award it at a later date after award of the basic contract(s). The minimum guarantee applies to the five-year term of the contract(s). The number and dollar value of task orders awarded under each contract will depend upon the results of the task order competition conducted among the firms that receive contract awards. Task orders will be competed on a firm fixed price basis among contract awardees in accordance with FAR 16.505(b). Proposals will be evaluated based on the following evaluation factors: Factors 1 – Specialized Experience, 2 – Past Performance, and 3 – Engineering and Management Approach which are of equal importance to each other. Factor 4 – Price is slightly less important than any one of the other factors. When the proposal is evaluated as a whole, Factors 1, 2, and 3, when combined are significantly more important than Factor 4. The importance of price will increase if offerors are considered essentially equal in terms of technical capability or if a price is so significantly high as to diminish the value of the proposal's technical superiority to the government. Proposals shall be submitted in format as specified in solicitation Clause L-4, Proposal submission requirements. A pre-proposal conference will be held in conjunction with the site visit for the proposed Task Order 0001. Offerors are encouraged to participate in the conference/site visit. The date and time of the pre-proposal conference and site visit have not yet been determined. Offerors interested in participating in the pre-proposal conference and site visit shall fax the following information on company letterhead no later than May 11, 2004 to Graciela Steinway at 619-532-0779: Company Name, Name of Individuals attending, Social Security #, Date of Birth, U. S. Citizenship. Costs associated with participating in the pre-proposal conference/site visit or responding the solicitation will not be compensated. The solicitation will be available only by electronic media and can be downloaded free of charge via the Internet World Wide Web at http://esol.navfac.navy.mil or http://eps.gov under pre-solicitation notice N68711-04-R-1103. Prospective offerors must register on the web site. There will be no paper copies of this solicitation issued. Amendments will be posted on the web site for downloading. This will be the only method of distribution; therefore, it is the offeror(s) responsibility to check the web site periodically for any amendment to this solicitation. Offeror(s) must be registered in the Contractor's Central Registration (CCR) http://www.ccr.gov in order to participate in this procurement. The solicitation is scheduled for release on or about 14 May 2004, and close on or about 15 June 2004. The POC for this solicitation is Graciela Steinway at 619-532-0779. Requests for additional information should be in writing and e-mailed to Graciela Steinwat at graciela.steinway@navy.mil with copies to Karen Rooney at karen.rooney@navy.mil. Requests for additional information may also be faxed to 619-532-0771, ATTN: Graciela Steinway. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (29-APR-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 23-AUG-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/N68711A6A/N68711-04-R-1103/listing.html)
 
Record
SN00650088-F 20040825/040823213954 (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.