Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2005 FBO #1306
SOLICITATION NOTICE

C -- SYNOPSIS AND SOLICITATION FOR INDEFINITE DELIVERY FOR THE ENGINEERING SERVICES ASSOCIATED WITH THE NAVY?S REQUIREMENTS FOR P2, EPCRA, HSMS, RHICS AND EMS PROGRAMS. AT VARIOUS LOCATIONS WITHIN THE ENGI

Notice Date
6/22/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, 2155 Eagle Drive, North Charleston, SC, 29406
 
ZIP Code
29406
 
Solicitation Number
N62467-05-R-0123
 
Response Due
7/25/2005
 
Archive Date
8/9/2005
 
Small Business Set-Aside
8a Competitive
 
Description
This is the synopsis and solicitation for an Indefinite Quantity Solicitation for A-E services for a variety of engineering services associated with the Navy?s P2, EPCRA, HSMS, RHICS and EMS programs. Based on Sources Sought Synopsis dated May 02, 2005 this requirement is set-aside for 8(a). One firm will be selected from this solicitation. The geographical area for the contract will encompass the area of responsibility of EFD SOUTH, with the majority of work expected in: Florida, Georgia, Louisiana, Mississippi, South Carolina, Tennessee, and Texas. Work can be required in Alabama, Arkansas, Colorado, Indiana, Illinois, Iowa, Kansas, Kentucky, Minnesota, Michigan, Missouri, Nebraska, North Carolina, North Dakota, Ohio, Oklahoma, South Dakota, Wisconsin, and Wyoming, as well as Bahamas and Puerto Rico The work includes, but is not limited to, the following engineering services: (1) DEVELOPMENT OF POLLUTION PREVENTIONS PLANS, periodic updates and training. Assistance with implementing Pollution Prevention Plans includes, but is not limited to: Development of training packages and instructional materials such as posters, videos, manuals; modifying structures and utilities necessary to implement pollution prevention recommendations; training workers in the use of new equipment or materials; analysis of facility requirements to implement recommendations; assistance with implementing data tracking systems; research, development testing and evaluating the cost effectiveness of recommendations; developing employee incentives programs; identifying pollution prevention recommendations that eliminate compliance requirements; and assistance with establishing and evaluating hazardous material inventory control programs. (2) PREPARATION OF ENVIRONMENTAL PLANNING AND COMMUNITY RIGHT TO KNOW ACT (EPCRA) reports, state required HW and SW reports, supporting documentation packages and training. (3) CONSOLIDATED HAZARDOUS MATERIAL REUTILIZATION AND INVENTORY MANAGEMENT PROGRAM (CHRIMP), assistance with implementing and optimizing (4) HAZARDOUS SUBSTANCE MANAGEMENT SYSTEM (HSMS), (5) REGIONAL HAZARDOUS INVENTORY CONTROL SYSTEM (RHICS) and other constituent tracking software, including but not limited to: development of cost estimates, implementation plans, data population, use of Oracle?, development of Crystal? reports, and training. (6) ENVIRONMENTAL MANAGEMENT SYSTEM (EMS) support and perform EMS services at Navy Installations including but not limited to: Population of data fields in Enviromanager Software, development of SOPs, collection of work center data and support and implementation of the base EMS policy. (7) PROVIDE SERVICES that will guide Department of Defense (DoD) agencies towards improved regulatory compliance by forecasting clients needs, and providing not only what they have requested, but based on expertise, what they really need. . We will use the following criteria for selection listed in descending order of importance: 1. PERFORMANCE: Demonstrated ability to apply technical expertise in hazardous waste and material management, pollution prevention, EPCRA, CHRIMP, HSMS, RHICS, (as well as other environmental programs that may impact these program areas) to guide Department of Defense (DOD) agencies towards improved regulatory compliance in these areas, as part of normal operating practices. Examples of this include, but are not limited to: (1) forecasting clients needs; providing clients not only what they have requested, but based on expertise, recommending (prior to execution) what they really need (if the two are different); sharing with clients (on a routine basis) programmatic, policy, and project-specific expertise obtained during performance of projects and from day-to-day professional contacts so as to enhance client program effectiveness; (2) Past performance on contracts with DOD agencies and private industry in terms of quality work, cost control and compliance with performance schedules; 2. SPECIALIZED EXPERIENCE: Recent experience at all levels of the Navy/DOD and industry in: a) Developing and implementing Pollution Prevention Plans; b) identifying pollution prevention recommendations; c) Assessing the feasibility and cost effectiveness of pollution prevention recommendations (including those which will eliminate compliance requirements; d) Assessing the utility and structural requirements necessary to implement pollution prevention recommendations; e) Preparing and implementing employee training packages; f) Preparing EPCRA reports and supporting documentation packages including knowledge of Navy use of applicable exemptions; g) All aspects of hazardous materials and waste management on programmatic and local levels and ; h) Integrating pollution prevention, EPCRA, CHRIMP, HSMS, hazardous material and waste programs with other media specific programs such as air, wastewater and storm water. 3. PROFESSIONAL QUALIFICATIONS: (a) Technical competence of the firm to perform the types of work identified. Technical qualifications of the firm?s team members to design environmental remediation projects. Experience with and knowledge of environmental regulations, particularly with hazardous waste (RCRA), Pollution Prevention and EPCRA programs. Knowledge of Navy regulations through recent design experience. Professional Engineer (PE) is required to be on the A-E staff under this contract. (b) Team members shall have a formal understanding of the following federal regulations and Navy policies: 40 CFR 260 through 40 CFR 270, OPNAVINST 5090.1B, OPNAVINST 4110.2, 40 CFR 370 and 40 CFR 372. 4. CAPACITY: a) professional ability to perform multiple projects concurrently, and b) ability to sustain the loss of key personnel while accomplishing the work within required time limits. 5. LOCATION: a) Proximity to the geographical region covered by Southern Division; b) Knowledge of local and regional conditions and regulation that should be considerations of the contract requirements, and, c) Ability to provide timely responses to issues that could arise during various phases of the contract. 6. VOLUME OF DOD WORK: Firms will be evaluated in terms of work previously awarded to them by DOD within the past 12 months. The objective is equitable distribution of contracts among qualified A-E firms. This includes small and small disadvantaged business firms and firms that have not had prior DOD A-E contracts. 7. JOINT VENTURES, TEAMING, OR SUBCONTRACTOR UTILIZATION: A-E firms will be evaluated on the extent to which they identify and commit to, in the performance of this contract: a) Small businesses; b) Small disadvantaged businesses; c) Historically Black colleges and universities; or d) minority institutions. In order to assist the committee to more efficiently review all applications, a summary of experience, proposed team staffing and depth of additional staff support is requested as part of or in addition to the SF 330, as follows: 1. Summarize in descending order of significance, at least three of your most relevant projects for EACH type project required under the experience category. For each of the presented projects give the following information where applicable: a) bid results as compared to your estimate and the owners programmed amount; b) list the currently proposed team members that worked on the projects; c) an owner point of contact with telephone number; d) Show the original schedule, owner approved time extensions, and the final execution schedule. 2. Summarize your proposed team in tabular form with the following data: a) firm name; b) individual name; c) if the individual is with a consultant firm, then state your work history with the individual and consultant firm; d) office assigned to (home or branch office); e) Professional Registration and date; f) assigned team responsibility; g) years with current firm, years with other firms; h) percent of time committed to this team. 3. List the number of individuals in each discipline NOT assigned to the proposed team who could be used to augment the proposed team in the event of loss of personnel or failure to maintain schedules. 4. A-E's responding should prepare to provide their Quality Assurance Project Plan (QAPP) prior to selection interviews once a short list has been approved. The QAPP will include an explanation of the management approach: an organizational chart showing the inter-relationship of management and team components and specific quality control processes used. NOTICE: The following services will be included in the basis for selection and will be awarded in any resultant contract but will only be used as a back up to contract N62467-05-D-0125 for the Indefinite Delivery contract for Architect and Engineering (A/E) Services for the Navy Hazardous Waste and Range Management Programs. A-E firms are advised that the Government considers any firm having less than 25 (twenty-five) employees, 15 (fifteen) of which must be registered engineers in the fields required to support the performance of this requirement, is not capable of performing the requirement. The requirements can be met by Teaming, or Partnering. The work includes, but is not limited to, the following engineering services: (1) FOR RANGES: Environmental condition assessments and sustainability evaluations; development of environmental guidance and best management plans for range management; interpretation of environmental requirements into action plans; geophysical, geologic, hydrogeologic, and similar investigations; document reviews; development of training packages and instructional materials such as posters, videos, manuals; installing and modifying monitoring systems; developing public outreach packages and/or meeting support; training staff in preparation for public meetings; assistance with implementing data tracking systems; identifying recommendations to control or eliminate compliance requirements; assisting with Military Munitions Rule and small arms range requirements including policy interpretation and implementation assistance; range monitoring, permitting, and deconstruction. (2) FOR HAZARDOUS WASTE: preparation of permit applications, renewals, and updates; waste management services (e.g., waste determinations, management plans, land disposal restriction documentation, etc.); pharmaceutical waste; electronic waste; hazardous waste compliance assessments and assistance reviews; site monitoring, trend analysis, and reporting; data management and training/publication support; evaluating the impact to the Navy of new or potential policies, laws, and regulations; development and implementation of closure plans; assessing the applicability of Subpart AA/BB/CC requirements; evaluating the requirements of the Hazardous Waste Identification Rule (HWIR); development of solvent exclusion determinations. (3) ENVIRONMENTAL MANAGEMENT SYSTEM (EMS) reviews, assistance, and reports; Other Environmental Liability (for The Chief Financial Officer Act of 1990 expanded by the Government Management Reform Act of 1994 and the Federal Financial Management Improvement Act of 1996) assessments, updates, data management, and reports, particularly in regards to hazardous waste and range related liabilities. (4) ASSISTANCE WITH LONG-RANGE PLANNING: Building foreseeable environmental projects and estimates for budget planning for hazardous waste and range requirements, which requires familiarity with EPR Web, ERMS, the Navy Environmental Requirements Guidebook, and Navy compliance policies. We will use the following criteria for selection listed in descending order of importance: 1. PERFORMANCE: a) Demonstrated ability to apply technical expertise in hazardous waste and range management, (as well as other environmental programs that may impact these program areas) to guide (DoD) activities towards improved regulatory compliance in these areas, as part of normal operating practices. Examples of this include, but are not limited to: forecasting clients needs; providing clients not only what they have requested, but based on expertise, recommending (prior to execution) what they really need (if the two are different); sharing with clients (on a routine basis) programmatic, policy, and project-specific expertise obtained during performance of projects and from day-to-day professional contacts so as to enhance client program effectiveness; and b) Past performance on contracts with DoD agencies and private industry in terms of quality work, cost control and compliance with performance schedules. 2. SPECIALIZED EXPERIENCE: Recent experience at all levels of the Navy/DoD and industry in: a) Developing and implementing hazardous waste management guidance; b) Identifying best management recommendations for hazardous or potentially hazardous wastes; c) Assessing the operational feasibility and cost effectiveness of waste management recommendations (including those which will eliminate compliance requirements); d) Preparing Range Condition Assessments and/or Comprehensive Range Evaluations; e) Preparing and implementing employee training packages; f) Investigating and reporting Other Environmental Liabilities; g) Developing and implementing all aspects of hazardous waste management on programmatic and local levels; and h) Integrating hazardous waste programs with other media-specific programs such as air, wastewater, and storm water. 3. PROFESSIONAL QUALIFICATIONS: a) Technical competence (including education and professional registration, and recent experience in similar work), and knowledge of the Navy?s Hazardous Waste and Range Sustainability programs; b) Team members shall have a formal understanding of and shall be familiar with the following Federal Regulations and Navy policy: 40 CFR 260 through 40 CFR 270, 273, and 279; OPNAVINST 5090.1B; OPNAVINST 5100.23; 40 CFR 370; 40 CFR 372; DoD Instruction 4715.11, and DoD Instruction 4715.12. 4. CAPACITY: a) Demonstrated professional ability to perform multiple complex projects in the Navy Environmental Programs listed in Criterion 2 above, in multiple states concurrently, and b) Ability to sustain the loss of key personnel while accomplishing the work within required time limits. The minimum number of employees considered necessary for performance of this work is 25, 15 of which should be registered engineers in the fields required to support the performance of this requirement. 5. LOCATION: a) Demonstrated knowledge of probable site conditions and State/local regulations and policies in the contract area as stated above; and b) Geographic location of the firm with respect to the contract area as indicated above. 6. VOLUME OF DoD WORK: Firms will be evaluated in terms of work previously awarded to them by DoD within the past 12 months with the objective of affecting an equitable distribution of contracts among qualified A-E firms including small and small disadvantaged business firms and firms that have not had prior DoD A-E contracts. 7. JOINT VENTURES and TEAMING. In order to assist the committee to more efficiently review all applications, a summary of performance as specifically defined in Criterion 1, experience, qualifications, proposed team staffing and depth of additional staff support is requested as part of or in addition to the SF 330, as follows: 1. Summarize in descending order of significance, at least three of your most relevant projects for EACH type project required under the experience category. For each of the presented projects give the following information where applicable: a) bid results as compared to your estimate and the owners programmed amount; b) list the currently proposed team members that worked on the projects; c) an owner point of contact with telephone number; d) Show the original schedule, owner approved time extensions, and the final execution schedule. 2. Summarize your proposed team in tabular form with the following data: a) firm name; b) individual name; c) if the individual is with a consultant firm, then state your work history with the individual and consultant firm; d) office assigned to (home or branch office); e) Professional Registration and date; f) assigned team responsibility; g) years with current firm, years with other firms; h) percent of time committed to this team. 3. List the number of individuals in each discipline NOT assigned to the proposed team who could be used to augment the proposed team in the event of loss of personnel or failure to maintain schedules. 4. A-E's responding should prepare to provide their Quality Assurance Project Plan (QAPP) prior to selection interviews once a short list has been approved. The QAPP will include an explanation of the management approach: an organizational chart showing the inter-relationship of management and team components and specific quality control processes used. Notice: If a firm submits proposals under both solicitations N62467-05-R-0123 and N62467-05-R-0125 they can only be awarded one of the requirements. Contractors should cite which requirement is preferred. Contract N62467-05-D-0123 will be awarded for one base year and four (4) one-year options. Contract award is contingent on availability of funds. The anticipated value of this contract is $5,000,000. A minimum guarantee of $10,000.00 is payable for the base year, paid only once for the life of the contract which includes option years if elected by the government. Submit only One package. The package is to include enough information to address the seven (7) selection criteria outlined above. Note the evaluation criteria submissions can be combined for N62467-05-R-0123 P2, EPCRA, HSMS, RHICS and EMS and N62467-05-R-0125 HW and Range Management. The contractor shall submit one original SF330 (LIMITED TO 75 PAGES, 8 1/2" x 11," ONE-SIDED NOT LESS THAN 11 PITCH FONT. Every page that is not a SF 330 will be included in the 75-page count). Paperless submissions are preferred. There is a limit of 10MB per e-mails. If necessary you may split your submission. Note also that ZIPed e-mail may not pass the computer firewall. 1) E-Mail to Robert.rivers@navy.mil. 2) Physical address is 2155 Eagle Drive, North Charleston, SC 29406. 3) Regular Mail, P.O. Box 190010, North Charleston, SC 29419-9010. Whichever form of submittal made it must be received in this office not later than 4:00 P.M. EASTERN TIME on Monday, 25 July 2005. Submittals received after this date and time will not be considered. Offerors must also be registered in the Contractor?s Central Registration (CCR) in order to participate in any government procurement. The website for CCR is http://www.ccr.gov. Include telefax numbers and e-mail address in Block 3a, the DUNS number, Commercial and Government Entity (CAGE) Code, and Taxpayer Identification Number (TIN) in Block 3. The DUNS, Cage and TIN are discussed in the DOD FAR Supplement, Part 204 Subpart 204.72. Label lower right corner of outside mailing envelope with "A-E Services, 05-R-0123". This is not a request for proposal. Site visits will not be arranged during advertisement period. NAICSCode is 541330 and the Size Standard is $4M. ADDRESS ALL RESPONSES TO ATTN: CODE ACQ21rr.
 
Place of Performance
Address: SOUTHDIV AOR
 
Record
SN00834703-W 20050624/050622212317 (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.