Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2005 FBO #1231
SOLICITATION NOTICE

C -- Indefinite Quantity Contract for Professional Engineering Services required for Water Quality Compliance within Areas under the Cognizance of the Naval Facilities Engineering Command, Atlantic

Notice Date
4/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Atlantic, Headquarters, A/E Branch, 6506 Hampton Blvd Building N-26, Code AQ22, Norfolk, VA, 23508-1278
 
ZIP Code
23508-1278
 
Solicitation Number
N62470-05-R-6204
 
Response Due
5/9/2005
 
Description
ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD. Professional Engineering Services are required for an Indefinite Quantity Contract for Professional Engineering Services Required for Water Quality Compliance within Areas under the Cognizance of the Naval Facilities Engineering Command, Atlantic. Projects can be categorized as design or engineering services projects and shall include, but not be limited to: water quality compliance, water quality management, pollution prevention, industrial wastewater treatment/pretreatment, project documentation, plans, specifications, cost estimates and related studies. The preponderance of work on this contract is anticipated to occur in the Mid-Atlantic Region; however, the area of responsibility under the contract will include the Continental United States (CONUS) and Puerto Rico. Knowledge of all applicable Federal, State, and local laws and regulations associated with water and wastewater is required. This includes, but is not limited to the Federal Water Pollution Control Act, National Pollutant Discharge Elimination System (NPDES), EPA effluent guidelines, and Pretreatment Regulations. Knowledge of the Resource Conservation and Recovery Act (RCRA), the Safe Drinking Water Act (SDWA) and their interaction with the Clean Water Act (CWA) is also required. Typical taskings may include any of the following: water quality evaluations, impact assessments, and waste load allocation determinations; mixing zone studies and dilution modeling (with some emphasis on tidally influenced receiving waters); water, wastewater and storm water characterizations; chemical and biological analyses of wastewaters, receiving water and sediments, including ability to conduct assessments utilizing "clean" chemistry techniques; industrial and domestic wastewater treatment process evaluations and feasibility studies; treatment plant operator training; industrial and potable water/domestic wastewater treatment process evaluations; source control studies; Cross Connection/Backflow Prevention and sanitary surveys; treatment evaluation studies of domestic sewage and ship's Blackwater/Greywater discharges; water quality compliance and condition assessments; development of relational databases, and Geographic Information Systems (GIS) related to management of environmental programs; development of best management practices, pollution abatement and management action plans; preparation of reports and applications to be used in compliance and permit negotiations with regulators; preparation of detailed construction scoping documents with budget estimates and witness data sketches (DD Form 1391); wastewater treatment plant, and pump station evaluations and subsequent design upgrades and improvements; design solutions to correct illicit discharges to sanitary and storm sewers, design of pretreatment and pollution prevention control systems related to industrial wastewaters; pretreatment, certificate to construct/non-discharge type, and NPDES permit application preparation; associated laboratory support for wastewater, storm water and residual characterizations; Oily Waste/Waste Oil (OW/WO) handling and treatment facility design; and development of Operation and Maintenance Manuals for water and wastewater treatment systems. Taskings may have very short time frames as they result from enforcement actions directed to Navy or Marine Corps permittees by regulators. Additional water quality compliance work may be added to the contract without further advertisement. The contract requires that the selected firm have on-line access to E-mail via the Internet for routine exchange of correspondence. The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for all environmental engineering services and optional services. The Evaluation Factors are weighted with (1) and (2) being the most important; factors (3) through (6) are of equal importance; and (7) and (8) are of lesser importance and will be used as tie-breakers among technically equal firms. Specific evaluation factors include: 1. Specialized Experience: Firms and consultants (if proposed) will be evaluated in terms of their recent experience (last 5 years) in performing environmental services associated with client compliance with the CWA. Specialized experience is required in water quality evaluations and waste load allocation determinations; mixing zone studies and dilution modeling (with emphasis on tidally influenced receiving waters); wastewater and storm water characterizations; chemical and biological analyses of water and wastewaters, receiving water and sediments, including demonstrated expertise with the use of "clean" chemistry techniques; industrial and domestic wastewater treatment process evaluations, source surveys, and treatment evaluation studies; application of GIS/MIS; and development of best management practices and pollution abatement plans. Demonstrated expertise with regulatory aspects of the CWA is required including, but not limited to effluent guidelines, NPDES pretreatment program development and regulations, water quality standards, Total Maximum Daily Load development, and non-point source pollutant control/management. 2. Professional qualifications of the technical staff in the types of work identified in Evaluation Factor 1. The firm will be evaluated in terms of: (a) Active professional registration of the engineering/technical staff, including professional registration in Puerto Rico. (b) Experience of the technical staff in performing the services described in Evaluation Factor 1. (c) Familiarity with CWA, NPDES regulations, Pretreatment regulations and related State regulations as well as RCRA, Hazardous Waste regulations and related State regulations. 3. Capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands. Firms should assume the need to staff up to 5 simultaneous taskings. Firms will be evaluated in terms of impact of this workload on the technical staff's projected workload during the contract period. 4. Past Performance: Firms will be evaluated in past performance with this Command, other DOD agencies, and private companies in terms of demonstrated long term business relationships and repeat business (with emphasis on projects addressed in Evaluation Factor 1). Firms should include any letters of commendation or awards. Firms will also be evaluated on their demonstrated history of meeting negotiated project schedules and producing high quality work. 5. Quality Control Program: Firms will be evaluated on the acceptability of their internal quality control program used to assess technical accuracy in reports, to assure overall coordination between engineering and technical disciplines, and their means of ensuring quality services from their consultant laboratories. 6. Location in the general geographical area of the contract and knowledge of localities (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract). Firms should demonstrate the ability to support Navy and Marine Corps installations in the CONUS and Puerto Rico Area of Responsibility with regards to CWA related work throughout the contract area. Firms will be evaluated on their proximity and familiarity with major fleet concentration areas in Florida, Virginia, California, and Washington. 7. Volume of Work: Firms will be evaluated in terms of work previously awarded to the firm by DOD within the past 12 months with the objective of effecting an equitable distribution of DOD A&E contracts among qualified A&E firms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts. 8. Small Business and Small Disadvantaged Business Subcontracting Plan: Firms will be evaluated on the extent to which they identify and commit to the published Small Business Subcontracting Program. The Secretary of the Navy has assigned the Naval Facilities Engineering Command goals expressed in terms of percentages of total planned subcontracting dollars for utilization of small businesses of 74.85%. Included in the SB goals are targets for: Small Disadvantaged Business (SDB) - 15.60%; Women Owned Small Business (WOSB) ? 13.92%; Veterans Owned Small Business (VOSB) ? 0.12%; Services Disabled Veteran Owned Small Business (SDVOSB) ? 0.12%; and HUBZone Small Business ? 1.17%. Large business firms shall submit their Navy-wide SF 295, Summary Subcontract Report with their 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 (1) year from the date of an initial contract award with four (4) additional one year option periods. The total amount that may be paid under this contract (including option years) will not exceed $3,000,000 for the entire contract term. The minimum guarantee for the entire contract term (including option years) will be satisfied by the award of the initial Task Order. The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government subject to workload and/or satisfaction of the A&E performance under the subject contract. There will be no dollar limit per task order and no dollar limit per year. No other general notification to firms for other similar projects performed under this contract will be made. Type of contract: Firm Fixed Price Indefinite Quantity Contract. This proposed contract is being solicited on an unrestricted basis; therefore, replies to this notice are requested from all business concerns. The small business size standard classification is NAICS 541330 ($4,000,000). All contractors are advised that registration in the DOD Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to register in the DOD CCR Database may render your firm ineligible for award. For more information, check the DOD CCR Website: http://www.ccr.gov. Architect-Engineer Firms which meet the requirements described in this announcement are invited to submit a completed SF 330. If the SF 254/SF 255 is submitted for this solicitation, it will not be reviewed or considered. The SF 330 should be typed and one sided. As an attachment, provide an organization chart of the proposed team showing the names and roles of all key personnel listed in Section E with the associated firm as listed in Section C. Please include your DUNS, CAGE, and TIN numbers in Block 30 of the SF 330. Provide evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., State registration number. Responses are due no later than 4:00 p.m. EST, 9 May 2005. Responses should be sent to the following address: Commander, Naval Facilities Engineering Command, Atlantic, Attn: Code AQ22E, 6506 Hampton Boulevard, Room 0126, Norfolk, Virginia 23508-1278. Late responses will be handled in accordance with FAR 52.215-1. Hand carried responses will not be accepted. Electronic (E-mail, facsimile, etc.) submissions are not authorized. Firms responding to this advertisement are requested to submit only 1 copy of the qualification statement. Inquiries concerning this project should include solicitation number and title.
 
Place of Performance
Address: Continental United States and Puerto Rico
Country: USA
 
Record
SN00785296-W 20050410/050408212713 (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.