Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2006 FBO #1529
SOLICITATION NOTICE

C -- ARCHITECT AND ENGINEERING SERVICES FOR MULTI-MEDIA ENVIRONMENTAL COMPLIANCE ENGINEERING SUPPORT

Notice Date
1/31/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, Environmental Business Line (EBL), Attn: AQE 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N62473-06-R-2206
 
Response Due
3/2/2006
 
Small Business Set-Aside
Total Small Business
 
Description
There are no Request For Proposal (RFP) documents to download. This procurement is for Architect-Engineering Services for Multi-Media Environmental Compliance Engineering Support Services. The general scope of this requirement covers architectural and engineering services to provide multi-media environmental compliance engineering support at various Naval and Marine Corps Installations primarily in California, and to a lesser extent in Arizona, New Mexico, Nevada, Utah, and other DOD installations and federal agencies nationwide. Firms shall provide a full range of A-E environmental engineering services necessary for the implementation of pollution prevention, environmental compliance, conservation, and similar media requirements for restoration, or base closure projects. These efforts include, but are not limited to the following: audits, studies, services, investigations, evaluations, consultations, conceptual design, value engineering, pilot or treatability projects to demonstrate innovative technologies, and operation, monitoring and optimization of environmental treatment or control systems. Numbered Note (1) is applicable as this proposed procurement (100% set aside for small business concerns). The NAICS Classification Code is 541330, Environmental Engineering Services. The applicable size standard is $4.5M average annual gross receipts for proceeding three fiscal years. The anticipated contract will be a Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity type contract, with a capacity ceiling of $40,000,000. For evaluation purposes, an even distribution of $8,000,000 per year is assumed. The minimum guarantee is $5,000. Individual task orders on the average would range from $500,000 to $2,500,000, and may not exceed $3,000,000 without the agreement of the contractor. Awardees will be required to comply with FAR 52.219-14 that requires at least 50 percent of the cost of contract performance by the prime contractor. The anticipated contract term will be a base period of one year and four one-year option periods. Clause 5252.217-9300 Option to Extend the Term of the Contract applies. Contract completion will occur when the ceiling is reached or at the end of the last option period which ever occurs first. 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. SELECTION CRITERIA AND SUBMITTAL REQUIREMENTS: The Standard Form 330 (SF-330) - Architect-Engineer Qualifications will be evaluated to determine the most highly qualified firm based on criteria responses. Selection will be based on the following criteria and are in descending order of importance: Criteria 1 ? Professional Qualifications (SF330, Section E & F): Professional qualifications and capabilities of the staff to be assigned to this contract. Include experience from December 2000 to December 2005 in performing field investigations and preparing studies/analysis/workplans for environmental compliance projects and other technical support services relating to compliance with environmental laws and regulations for air media, water media, hazardous materials, hazardous waste, solid waste, petroleum, oils, and lubricants (POL), aboveground/underground storage tanks (ASTs/USTs), munitions and explosives of concern (MEC), pollution prevention (P2), GIS mapping, obtaining environmental permits, performing environmental compliance activities, and interfacing with regulatory agencies (Federal/ State/ Local) primarily in California, and to a lesser extend in Arizona, Nevada, New Mexico, Utah, and other DOD installations nationwide. Experience in California may be weighted more heavily than experience in other states based on the complexity of the projects. An organization chart identifying key personnel should be included, and resumes for key personnel are limited to one page each and should cite project specific experience. Criteria 2 ? Specialized Experience (SF330, Section F & H): Specialized experience of the firm and/or proposed consultants, that was substantially completed in the period between December 2000 to December 2005, in performing multiple, simultaneous projects involving field investigations and preparing studies/analysis/workplans for environmental compliance projects and other technical support services relating to compliance with laws and regulations for air media, water media, hazardous materials, hazardous waste, solid waste, petroleum, oils, and lubricants (POL), aboveground/underground storage tanks (ASTs/USTs), munitions and explosives of concern (MEC), pollution prevention (P2), GIS mapping, obtaining environmental permits, performing environmental compliance activities, and interfacing with regulatory agencies (Federal/ State/ Local) primarily in California, and to a lesser extent in Arizona, Nevada, New Mexico, Utah, and other DOD installations nationwide. Experience in California may be weighted more heavily than experience in other states based on the complexity of the projects. No more than 8 projects performed in California and no more than 2 projects performed in Arizona will be evaluated. No more than 10 projects in total will be evaluated. Criteria 3 ? Past Performance (SF330, Section F & H): Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules, and reliability of the firm's quality assurance and quality control program. Document recent awards and commendations (do not submit copies). Criteria 4 ? Quality Control (SF330, Section H): Describe your corporate quality control program, process and procedures, and authorities assigned to the firm?s Quality Control Manager. Quality Control program shall demonstrate knowledge of applicable regulatory requirements related to quality control. Criteria 5 ? Location (SF330, Section H): Location in the general geographic area of, and knowledge of the locality in relation to Navy and Marine Corps installations primarily in California, and to a lesser extend Arizona, Nevada, New Mexico, Utah, and other DOD installations nationwide. Greater weight may be given to location in proximity to Navy and Marine Corps installations in California than in other states, but if proximity to installations in California were comparable with that of other firms, closer proximity to installations in Arizona would be an advantage. Criteria 6 ? Capacity (SF330, Section H): Capacity to accomplish the work in the required time. Indicate the firm's present workload and the availability of the project team (including consultants) for the specified contract performance period; and indicate specialized equipment, particularly related to state of the art technology. Include firm?s ability to obtain security clearance(s) for its key personnel. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. Projects submitted in the SF-330 shall be that were completed by the proposed team members. Projects not performed by the proposed team members will be excluded from evaluation consideration. SUBMISSION REQUIREMENTS: The SF-330 is limited to 30 single-sided, 8.5 X 11 inch pages. Minimum font size is 10 point. Five (5) copies of the SF-330 shall be submitted to Naval Facilities Engineering Command, Southwest, Code AQE.OW, Attn: Oliver Wong, 1220 Pacific Highway, San Diego, CA 92132. Packages are due 2 March 2006, 2:00 p.m. local time (PST).
 
Place of Performance
Address: Naval Facilities Engineering Command Southwest, 1220 Pacific Highway, Code AQE.OW, San Diego, CA 92132-5190
Zip Code: 92132
Country: USA
 
Record
SN00976955-W 20060202/060131213311 (fbodaily.com)
 
Source
FedBizOpps 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.