Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2005 FBO #1301
MODIFICATION

C -- Indefinite Delivery/Indefinite Quantity Architect-Engineer Contract for Environmental Restoration Projects at Various Activities Under Engineering Field Activity, Northwest

Notice Date
12/23/2004
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northwest, 19917 7th Avenue NE, Poulsbo, WA, 98370-7570
 
ZIP Code
98370-7570
 
Solicitation Number
N44255-05-R-5100
 
Response Due
1/12/2005
 
Point of Contact
Stephanie Peterson, Contract Specialist, Phone 360-396-0248, Fax 360-396-0856,
 
E-Mail Address
stephanie.a.peterson@navy.mil
 
Description
MODIFICATION 01: The following clarifications have been made to the synopsis: Under Submission Requirements, the page limit no longer includes the Form 2631s required to be submitted under Criteria 3. These forms will not be counted against the 100 pages. SF330 includes both Part I and Part II. Criteria 2, submission requirements are for a maximum of 10 total projects, not 10 projects for each firm on the team. DESCRIPTION: Architect/Engineer (A/E) services are required for a firm fixed-price Indefinite-Delivery, Indefinite Quantity (IDIQ) contract primarily for Environmental Restoration Projects for activities serviced by Engineering Field Activity Northwest (EFANW), including, but not limited to, Washington, Oregon, Idaho, Montana, Alaska, and Utah. The majority of the planned work will be in Washington State. Services shall be accomplished in the firm’s office with the exception of field/subsurface investigations and surveys as required at the specific task order project sites. The maximum contract value may not exceed an aggregate of $20M. The minimum guarantee for the contract shall be $100K. The value of individual task orders executed under this contract may range from $5K to $1M. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. The contract term is for a one-year base period with four option periods. Each performance period will run 365 calendar days, or until the maximum dollar limit is reached, whichever occurs first. The government may exercise the option period unilaterally. Estimated start date for this contract is June 2005. Federal Acquisition Regulations (FAR) Part 36.6 (Brooks Act) selection procedures apply. This is an unrestricted procurement. The NAICS Code for this procurement is 541330 and the annual small business size standard is $4M. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. Contractors are not guaranteed work in excess of the minimum guarantee. If the Contractor under this contract prepares or assists in preparing a statement of work, specifications and/or plans, the Contractor and its subsidiaries/affiliates shall be ineligible from providing the subsequent construction. STATEMENT OF WORK: The scope of the contract primarily includes the following items. The CERCLA investigation and design process and similarly complex local and state environmental investigations. Develop remedial designs, estimates, and any associated deliverables. Perform quality assurance inspections. Prepare environmental assessments, inspections, and appropriate summary documentation per current federal and state environmental regulations. Model all variety of environmental media, assess results and prepare recommendations. Prepare sampling and analysis plans and conduct environmental sampling of various contaminants, chemicals, and compounds. Prepare appropriate documentation to validate and interpret the sample results. Provide project management, consultation, and engineering services to support environmental activities resulting from the Navy’s compliance with all major federal and state environmental laws and regulations. Provide technical and administrative support for community relations, e.g. public meetings. Manage and dispose of wastes resulting from work performed under this contract per federal, state, and local laws and regulations. Conduct electronic data management and support per applicable Navy guidance. Use emerging and innovative environmental approaches in order to incorporate new and more efficient remedial strategies into Navy projects. Evaluate Navy compliance with activity-specific institutional controls. Provide military munitions and ordnance compounds consultation services. Prepare waste and hazardous material studies, plans, and supporting documents necessary to support the Navy. Prepare inventories, plans, studies and documentation in support of Navy compliance with air, stormwater, wastewater, drinking water, and water quality regulations. Prepare studies, other environmental permits, and planning documents necessary to support the Navy. Support compliance related to oil and hazardous substance spill prevention and response, and provide document preparation and technical support during related exercises and incidents. Prepare asbestos and hazardous material studies and associated technical documents. Perform and appropriately document industrial hygiene monitoring, sampling, and analysis. Perform work related to the Navy’s environmental management system (EMS), and as defined by the statement of work for each task order under this contract. SELECTION CRITERIA AND SUBMITTAL REQUIREMENTS: The selection will be based on the criteria listed below. Criteria 1 and Criteria 2 are equally weighted and are of greatest importance. Criteria 3 through Criteria 8 are listed in descending order of importance: Criteria 1,Professional Qualifications ; Criteria 2, Specialized Experience; Criteria 3, Past Performance; Criteria 4, Location; Criteria 5, Quality Control; Criteria 6 Capacity; Criteria 7, Commitment to Small Business Concerns; and Criteria 8, Volume of Work. SF 330s will be evaluated to determine the most highly qualified firm based on criteria responses. Evaluating past performance and experience may include review of information provided by the firm, customer inquiries, government databases, and other publicly available sources. Failure to provide requested data, inaccessible points of contact, or invalid phone numbers could result in a firm being considered less qualified. The following elements may result in a higher rating and should be addressed accordingly when preparing criteria responses: a) Projects completed within the last five (5) years; b) Projects completed by the prime contractor; c) Projects completed by the personnel proposed for this contract; d) Established relationship between prime contractor and proposed team subcontractors in the types of work identified under the paragraph entitled Statement of Work. SUBMISSION REQUIREMENTS: The SF 330 is limited to 100 single-sided pages (this restriction does not include Criteria 7 or the Performance Evaluations (Form 2631s) required to be sumitted under Criteria 3). Minimum font size is 10. Submit the following: a) Two (2) copies of Criteria 7 which shall be bound separately from the SF330; and b) Three (3) copies of SF 330 (Part I and Part II) for the prime offeror (SF330 should also include team’s key subconsultants) addressing the following selection criteria information: SF330, Section B: Architect-Engineer Point of Contact: In Block 5, list firm's Dunn and Bradstreet and Taxpayer Identification Number in addition to the name of the firm. SF330, Section D: Organization Chart: In addition to the Instructions provided for the SF 330, identify the overall relationship and lines of authority of the proposed team, including key subconsultants. (Note: All individuals listed on the organization chart are not required to have a resume in Section E, such as administrative or lower level engineering positions.) SF 330, Section E: CRITERIA 1, PROFESSIONAL QUALIFICATIONS: Professional qualifications of the proposed team members to be assigned to this contract. Submission Requirements: Provide brief resumes of the team members demonstrating the qualifications to satisfactorily perform the work described in the paragraph titled Statement of Work, above. At a minimum submit resumes for the program manager and technical team members. The prime contractor must have one or more licensed professional engineers to perform the work anticipated under this contract. Each resume shall include a maximum of five (5) specific completed projects that best illustrate the individual member’s experience relevant to the Statement of Work. Higher weight will be given to firms demonstrating experience in the following specific components of the contract scope. - Experience with CERCLA and state cleanup regulations (WA and AK), managing regulator interface and negotiations within a multi-agency regulatory environment and developing decision documents for Department of Defense sites. - Experience conducting CERCLA 5-Year Reviews for the lead agency including remedy compliances assessments, human health and ecological risk assessments and recommendations. - Experience conducting environmental media modeling and trend analysis, specifically, groundwater and sediment and achieving regulator concurrence with remedy optimization strategies and/or monitoring reduction. - Regulatory environmental compliance emphasizing experience with underground storage tank (UST) investigations, consultation for removal actions and property transfer assessments such as environmental baseline surveys or environmental property assessments. SF330, Section F, CRITERIA 2, SPECIALIZED EXPERIENCE and technical competence of the proposed team with the type of work described above. Submission Requirements: Provide a maximum of ten (10) specific completed projects that best illustrate overall team experience relevant to the Statement of Work. Higher weight will be given to firms demonstrating experience in the specific components identified in Criteria 1. SF330, Section G, Key Personnel Participation in Example Projects: Submit in accordance with the SF 330 Instructions. From the total projects listed in Section F, provide a maximum of ten (10) projects. SF330, Section H, Additional Information requested by Agency. Address the remaining Criteria 3 through 8; additional sheets may be used, if required. Clearly identify the Criteria number and title. CRITERIA 3, PAST PERFORMANCE: Past performance with Government agencies and private industry on projects requiring similar services to those shown in Criteria 1 in terms of quality of work, cost control and compliance with performance schedules. Points of contact provided in other criteria may be contacted. A firm with no record of past performance information shall be evaluated neither favorably nor unfavorably. Submission Requirements: For each project provided as experience under Criteria 1 and Criteria 2: a) If a federal contract, provide a copy of all DD Form 2631s, Performance Evaluation – (Architect – Engineer) issued for that contract; b) If not a federal contract, provide facility owner documentation of the firm’s performance issued on that contract. If no documentation exists, so state; c) Provide accessible owner points of contact-name, title, address, telephone number, and fax number; and d) Provide copies of awards and letters of appreciation/commendation. CRITERIA 4, LOCATION: Firm’s location in relation to the general geographical area of EFANW’s area of responsibility (AOR) and knowledge of the Navy installations within the AOR. Since a majority of the work will be in Washington, higher weight will be given to firms with a local office in Washington State. Submission Requirements: Demonstrate knowledge of the general geographical area and Navy installations within the EFA NW AOR. Identify the location of the office to perform the work under this contract. CRITERIA 5, QUALITY CONTROL: Demonstrated success of the Quality Control (QC) program used by the firm to ensure quality products. Submission Requirement: a) Provide an organization chart that identifies the overall relationship and lines of authority of the proposed team. Include firm names, key personnel and their discipline/specialty; b) Describe the prime’s QC program, identify the person primarily responsible for the QC program, and indicate how the prime firm ensures quality consistently across the entire team. Identify and describe key procedures to ensure effective coordination of all project data. Show how the subcontractor’s quality control programs are integrated into the prime’s QC program. Illustrate success in implementing the program, and c) Address the team’s QC processes for document review. Of special interest are the QC processes in place that minimize the government’s effort to QA the A/E’s work product for errors, omissions, and quality. CRITERIA 6, CAPACITY: Capacity to accomplish the work in the required time and ability to handle multiple projects at the same time. Submission Requirement: a) For each firm, list the present and projected workload and the availability of the project team (including subconsultants) for the specified contract performance period; b) Discuss how surge workload would be managed. CRITERIA 7, COMMITMENT TO SMALL BUSINESS CONCERNS (SEPARATE FOLDER): Use of small business concerns as subconsultants. Submission Requirement: Demonstrate commitment and use of small business concerns as subconsultants on this contract. Provide a chart with each small business category listed, identify the proposed names of the small businesses, and the dollar amount and subcontracting percentage the prime anticipates subcontracting to each small business firm. NOTE: If a large business firm is selected for award, an acceptable subcontracting plan must be submitted before price negotiations begin for award. The subcontracting plan must reflect the following NAVFAC subcontracting goals: Small Business (SB)– 74.8%; HUBZone SB–3.1%; Small Disadvantaged Business– 15.5%; Service-Disabled Veteran-Owned SB–3%; Veteran-Owned SB–3%; and Women-Owned SB– 14.0%. CRITERIA 8, VOLUME OF WORK. Volume of Department of Defense (DoD) work awarded to firm in past 12 months with the objective of equitably distributing contracts among firms, including minority owned firms and firms without prior DoD contracts. Submission Requirement: Provide a list of DoD contracts awarded in the previous 12 months. Firms with multiple offices shall indicate which branch office completed each project. Include agency phone numbers and points of contact. SELECTION INTERVIEW REQUIREMENTS: Personal interviews may be scheduled for firms slated as most highly qualified. Elaborate presentations are not desired. ADDITIONAL INFORMATION: All information must be included in the SF 330 package, and the Criteria 7 folder (cover letter, attachments and pages in excess of the page limitation will be excluded from the evaluation process). Per DFAR 252.204.7004, firms must be registered with Central Contractor Registration prior to contract award. Registration information is available at their website, http://www.ccr.gov. A/E firms that meet the requirements described in this announcement are invited to submit a completed SF 330 to the office indicated below. Firms responding to this announcement no later than 2:00 p.m. local time on 12 January 2005 will be considered. Submittals received after this date and time will not be considered. Firms that fail to provide the required information may be negatively evaluated. Facsimile submittals will not be accepted. Firms must submit three (3) copies of the SF330 and two (2) copies of Criteria 7 (bound separately) per Submission Requirements above, to: Ms. Stephanie A. Peterson, Engineering Field Activity, NW, 19917 7th Avenue NE, Poulsbo, WA 98370-7570. Label outside corner of mailing envelope as follows: A-E Services for Environmental Restoration Projects, N44255-05-R-5100. Site visits will not be arranged during this period. Debriefing requests will not be entertained prior to 45 days after the submittal due date. THIS IS NOT A REQUEST FOR PROPOSAL. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. It is the offeror’s responsibility to check the NAVFAC electronic solicitation website at: http://esol.navfac.navy.mil for any revisions to this announcement or other notices. A Plan holder list is available via the ESOL website under this solicitation number. E-mail address for inquiries is Stephanie.A.Peterson@navy.mil. *** END OF ANNOUNCEMENT *** NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (23-DEC-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 17-JUN-2005, 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/N44255/N44255-05-R-5100/listing.html)
 
Place of Performance
Address: Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northwest, 19917 7th Avenue NE, Poulsbo, WA
Zip Code: 98370
Country: United States
 
Record
SN00832136-F 20050619/050617211942 (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.