Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2005 FBO #1138
SOLICITATION NOTICE

R -- A-E Environmental Services

Notice Date
1/5/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Pacific, Acquisition Department, 258 Makalapa Drive Suite 100, Pearl Harbor, HI, 96860-3134
 
ZIP Code
96860-3134
 
Solicitation Number
N62742-05-R-1869
 
Response Due
1/27/2005
 
Archive Date
2/11/2005
 
Small Business Set-Aside
Total Small Business
 
Description
Description Services include, but are not limited to preparation of environmental impact documents, cultural resources management plans, natural resources management plans, environmental studies of various types normally used by the U.S. Navy, and technical services related to such documents. Related technical services may include, but are not limited to, preliminary site assessment studies, feasibility assessments and civil engineering services with associated multi-discipline A-E support as required. Examples include preparation of technical reports including conducting engineering investigations and concept studies, or feasibility assessments to obtain sufficient site data to determine the environmental impacts of a proposed action. A preliminary site assessment study may require additional analyses, including topographic, geotechnical, hazardous materials, and infrastructural (roads, drainage, electrical, water, sewage, etc.) aspects of proposed actions. The term environmental impact document, as used herein, includes but is not limited to any Scoping Document, Record of Categorical Exclusion (RCE), Environmental Assessment (EA), Finding of No Significant Impact (FONSI), Notice of Intent, draft or final Environmental Impact Statement (EIS), Record of Decision (ROD), general planning document or the requirements of such other governmental agencies for which NAVFAC Pacific may be tasked to provide environmental impact documents. Also included under this contract scope are: (a) any preparatory work, presentation, briefing, consultation, study, or report which may be required prior to the initiation of any environmental impact document, (b) supporting studies for RCEs, EAs, Draft EISs and Final EISs such as flora and fauna studies; land management plans/studies; cultural (historic and archaeological) studies and consultations; noise, air and water surveys; traffic surveys; hazardous waste impact studies; socio-economic impact studies; and (c) general planning studies. Many military areas of work anticipated under this contract will not allow the entry of aliens employees. At these installations, the field crew of the A-E and its sub-consultants shall be composed of U.S. citizens who can qualify for access to military areas after appropriate security checks are made. The A-E shall abide by prevailing security requirements during visits to such military property and shall obtain the required permits and passes in a timely manner. The nature of specific work assignments may require the A-E obtain a secret security clearance. The Government utilizes the following software suite, which conforms to the COMPACFLT Information Technology 21 Century (IT-21) implementation program: WINDOWS 2000WORKSTATION, Microsoft OFFICE 2000 PROFESSIONAL (Word 2000, PowerPoint 2000, Excel 2000, Access 2000, Adobe Acrobat 5.0, Internet Explorer 5.5). In the preparation of manuscripts, word processing files, desktop publishing documents, and spreadsheets, the A-E shall ensure compatibility with the Government?s word processing software. The contract will be a Firm Fixed-Price, Indefinite Delivery/Indefinite Quantity type where the work will be ordered on an ?as needed? basis during the life of the contract provided the Government and contractor agree on a negotiated price. The Government will determine the task order amount by using pre-negotiated labor rates and negotiate the effort required to perform a particular project. The base period of this contract shall not exceed twelve months. The Government reserves the option to extend the contract for an additional four (4) years. The total value over the live of this contract shall not exceed $5,000,000. The Government guarantees a minimum amount of $25,000 for the contract. There will be no future synopsis in the event the options included in the contract are exercised. Estimated date of contract award is on or about June 2005. The selected A-E may be required to participate in a pre-fee meeting within seven days of notification and to provide a fee proposal within ten days afterwards. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. PRIMARY SELECTION CRITERIA: The following selection evaluation criteria, 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 in National Environment Policy Act (NEPA) environmental impacts analyses (studies, assessments and mitigation) for the U..S. Department of Defense, in particular, the U.S. Navy in the Pacific area. 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 the firm and its subcontractors in the application of Federal, State, local and overseas regulatory requirements of the NAVFAC Pacific AOR to NEPA environmental impact analysis projects which includes specialized studies, assessment, mitigations, and community involvement activities. Specialized experience shall include, but not be limited to, air, noise, traffic, utilities, view, socioeconomic, biological resources, and cultural resources. The specialized experience of the firm will be weighted more heavily than that of the team subcontractors; (3) Location of the firm and its subcontractor in the general geographical areas of the project and familiarity with and knowledge of the geographic region; (4) Method of operation and work production including, (a) organizational structure, (b) quality control plan, and (c) ability to resource and manage a potential workload of four projects totaling $1M at multiple locations within the NAVFAC Pacific AOR occurring concurrently, in additional to ongoing work for other clients; (5) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (6) Any other special qualifications required under this announcement by this contracting activity. SECONDARY SELECTION CRITERIA. The secondary criteria will not be commingled with the primary criteria in any type of scoring or evaluation system. The Secondary Selection criteria that apply to this contract are identified in (DFARS 236.602-1(a)(6)(A), (B) and (C). IN SECTION F, BLOCK 24 OF THE SF330 AND ANY ADDENDUM, STATE WHY YOUR FIRM IS SPECIALLY QUALIFED BASED ON EACH OF THE ABOVE EVALUATION CRITERIA. FOR SELECTION CRITERION (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?. Show the office locations where work will be done and describe the experience and location of those that will do the work. 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 numbers in Part I, Block 8c of the SF330. The contract will require the selected firm have on-line access to E-mail via the Internet for routine exchange of correspondence. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE FOR SMALL BUSINESS CONCERNS. The small business size standard classification is NAICS 541330 ($4.0 million in annual receipts). A-E firms that are interested and meet the requirements described in this announcement are invited to submit complete, updated Standard Form (SF) 330, Architect-Engineer Qualifications, to the Commander, NAVFACENGCOM, Pacific, Acquisition Department, Pacific Environmental Contracts Division (AQ1) by 2:00 P.M. HST on 27 January 2005 at the following address: (1) Postal Mailing Address: 258 Makalapa Drive, Suite 100, Pearl Harbor, Hawaii 96860-3134; (2) if hand carrying: 258 Makalapa Drive, Building 406, Pearl Harbor, Hawaii 96860-3134. Label lower right corner of outside mailing envelop with ?A-E Services N62742-05D-1869?. A-E firms utilized by the prime A-E must also submit completed Standard Form 330. Submit two hardcopies of each form plus one electronic copy (CD-ROM 0r 3 ? inch diskette). Facsimile and electronic submissions of Standard Form 330 will not be accepted. All Standard Form 330 and electronic copy (CD-ROM or 3 ? diskette will not be returned. This is not a request for proposal.
 
Place of Performance
Address: NAVFAC, Pacific Area of Responsibility
 
Record
SN00730428-W 20050107/050105212222 (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.