Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2006 FBO #1536
MODIFICATION

C -- Environmental Architect-Engineer Services for the Preparation of Navy/Marine Corps Facilities Planning Documents

Notice Date
2/7/2006
 
Notice Type
Modification
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, Specialty Center Contracts Core, 1205 Mill Road Building 850, Port Hueneme, CA, 92043-4347
 
ZIP Code
92043-4347
 
Solicitation Number
N68711-06-R-2202
 
Response Due
3/9/2006
 
Archive Date
3/24/2006
 
Point of Contact
Joseph Brown, Contract Specialist, Phone (619) 532-1266, Fax (619) 532-3358,
 
E-Mail Address
joseph.l.brown2@navy.mil
 
Description
CORRECTION: This announcement was originally published 06 February 2006. The solicitation number is changed from N68711-06-R-2202 to N62473-06-R-2202. The Contracting Office Address is changed from NAVFAC Southwest Specialty Center, 1205 Mill Road Building 850, Port Hueneme, CA 92043-4347 to NAVFAC Southwest, Environmental Contracts Core, 1220 Pacific Highway, San Diego, CA 92132-5190. DESCRIPTION: Architect/Engineer (A/E) services are required for three (3) firm fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contracts for Environmental Architect-Engineer Services for the Preparation of Navy/Marine Corps Facilities Planning Documents including, but not limited to: National Environmental Policy Act (NEPA), master planning documentation, facilities planning documentation, environmental studies and documentation, and traffic studies and documentation for the Naval Facilities Engineering Command Southwest (NAVFAC SW), San Diego and its customer activities within California and Arizona. Examples of NEPA documents includes, but is not limited to, Categorical Exclusions (CATEX), Environmental Assessments (EA), and Environmental Impact Statements (EIS); Environmental planning documentation including, but not limited to, historical, cultural, archeological and biological studies, Biological Assessments for threatened and endangered species, marine studies, Coastal Consistency Determinations (CCD), and documentation for Army Corps of Engineers permits. The preponderance of the work will be located in Arizona and California, but there is the possibility of work being located anywhere in the United States including Alaska and Hawaii when work comes under the responsibility of NAVFAC SOUTHWEST. NAVFAC SW plans to award the following contracts: N62473-06-D-2202 for In-water/ Coastal Projects - would include dredging, waterfront construction projects, and other projects with effects on coastal zone or marine resources; N62473-06-D-2203 for Upland/Desert - would include project footprints that are inland in desert, upland, or mountain environments; and N62473-06-D-2204 for Infrastructure - would include projects that are development oriented and would support larger new construction projects, housing, and other roads, utilities development projects. The basic contract period for each of the contracts will be for 12 months (or earlier as determined by the Contracting Officer after the government orders the maximum aggregate contract amount of $5,000,000.00). Each contract contains one (1) 12-month option. The total maximum duration of each contract is 24 months or an aggregate value of $5 million, whichever occurs first. The minimum task order amount for each contract is $2,500. The maximum task order amount is $3,000,000. The guaranteed minimum is $5,000 for each contract. The hourly rates will be negotiated for each calendar year and will be in effect during each calendar year regardless of when the option year begins. The estimated start date of the contracts is June 2006. Federal Acquisition Regulations (FAR) Part 36.6 (Brooks Act) selection procedures apply. This is an unrestricted procurement. The NAICS Code for this procurement is 541620, Environmental Consulting Services and the annual small business size standard is $6.5M. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. 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 selection will be based on the following criteria and are in descending order of importance: Criteria 1, Recent Specialized Experience; Criteria 2, Professional Qualifications; Criteria 3; Capacity; Criteria 4; Past Performance; Criteria 5, Quality Control; Criteria 6, Location; Criteria 7, Volume of Work; Criteria 8, Commitment to Small Business Concerns (ALL FIRMS LARGE AND SMALL MUST ADDRESS THIS CRITERA). SF 330s will be evaluated to determine the most highly qualified firm based on criteria responses. 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, inaccessible points of contact, or invalid phone numbers could result in a firm being considered less qualified. SUBMISSION REQUIREMENTS: The SF 330 is limited to 40 single-sided pages, 8.5”x11”. Minimum font size is 10 pt. Submit the following: a) One (1) original and four (4) copies of SF 330 for the prime offeror (SF330 should also include team’s key subconsultants) addressing following selection criteria information; and b) one compact disk copy, in Adobe Acrobat format, of the SF330 being submitted by the firm. SF330, Part I, Section A: Contract Information: In block 3 of the SF 330, list all contract numbers for which the A-E firm would like to be considered. In Block 5, list firm’s Dunn and Bradstreet, Commercial and Government Entity (CAGE) code, and Taxpayer Identification Number in addition to the name of the firm. SF330, Section D: Organization Chart: In addition to the Instructions provided on the SF 330, identify the overall relationship and lines of authority of the proposed team, including key subconsultants. (Note: Not all individuals listed on the organization chart are required to have a resume in Section E, such as administrative or lower level engineering positions.) SF 330 Section F, CRITERIA 1, RECENT TEAM EXPERIENCE: Recent specialized experience of the firm (including consultants and sub-contractors) in preparation of Marine Corps and Navy planning documents including: NEPA, special environmental studies and documentation, conservation and mitigation measures, traffic studies and documentation, facilities planning documents, and master planning documents, and with emphasis on NEPA and environmental studies and documentation. Do not list more than ten (10) projects in block 8. For each project listed indicate which consultants from the proposed team, if any, participated in the preparation of planning documentation. Firms will be evaluated in terms of their past experience with regard to the preparation of the above listed environmental documents and related studies and their knowledge of environmental regulations unique to the contract area. Submission Requirements: For each firm, provide a maximum of ten (10) specific completed projects that best illustrate overall team experience. Include within block 24 of SF330, Section F, a brief narrative of performance for respective project. Discuss effectiveness by listing budget/estimated cost, award amount, final design estimate, change order rate and adherence to performance schedules. SF 330, Section E, CRITERIA 2, PROFESSIONAL QUALIFICATIONS: Professional qualifications of the staff (in-house and/or consultants and sub-contractors) to be assigned to the project(s), to include professional and technical support with experience and knowledge in the preparation of Marine Corps and Navy planning documents including: NEPA, special environmental studies and documentation, conservation and mitigation measures, traffic studies and documentation, facilities planning documents, and master planning documents with emphasis on NEPA and environmental studies and documentation. List only the team members who actually will perform major tasks under this project and their qualifications reflecting their potential individual contributions to this project. Firms will be evaluated in terms of the staff's active professional registration and the capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands Submission Requirements: Provide brief resumes of each proposed team member who will specifically perform the major tasks listed above for this project. All Key personnel must be professionally registered in their discipline. Each resume shall include a maximum of five (5) specific completed projects that best illustrate the individual member’s experience. SF330, Section G, Key Personnel Participation in Example Projects: Submit in accordance with the SF 330 Instructions. List a maximum of ten (10) projects, from the total projects listed in Section F. 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, CAPACITY: Ability to perform the work to schedules and capacity to complete up to 5 task orders per year. Submission Requirement: Describe the firm's present workload and the availability of the project team (including consultants and sub-contractors) for the specified contract performance period. Indicate specialized equipment available and prior security clearances. Firms will be evaluated in terms of the impact of this workload on the staff's projected workload during the contract period. CRITERIA 4, PAST PERFORMANCE: Past performance (with emphasis on similar efforts cited in criteria elements one and two) on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Briefly describe internal quality assurance and cost control processes and indicate team members who are responsible for monitoring these processes. List recent awards, commendations, and other performance evaluations (do not submit copies.) Firms will be evaluated in terms of one or more of the following (with emphasis on projects addressed in factor number one): demonstrated long-term business relationships and repeat business with Government and private customers, and performance ratings/letters of recommendation received Submission Requirements: For each project provided as experience under Criteria 1, list any applicable awards and commendations. Other performance evaluation results and awards may also be listed separately. Reference agency/company issuing evaluation/award/commendation and respective date. If a federal contract, state evaluation type and rating. If not a federal contract, provide any applicable similar evaluation information. If no documentation exists, so state. CRITERIA 5, QUALITY CONTROL: Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and coordination of environmental, planning and engineering services. 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; who is primarily responsible for the QC program, how does the prime firm ensure quality consistently across the entire team. Illustrate success in implementing the program; and c) Address the team’s QC processes for checking and verifying documentation for errors, omissions and quality, documenting design decisions, and incorporating and tracking review comments. 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, LOCATION : Firm location and knowledge of the locality of the projects of Naval and Marine Corps bases within Arizona and California [provided that the application of this criterion leaves an appropriate number of qualified firms, given the nature of the contract]. Firms will be evaluated on their location with respect to the general geographical area of the contract and their knowledge of local regulations, laws, permits, codes and practices of the area of the contract. Submission Requirements: Describe and illustrate the team’s knowledge and availability to work in the geographical area. CRITERIA 7, VOLUME OF WORK. Volume of work previously awarded to the firm by the Department of Defense (DOD) within the past twelve months [Do not provide this information since the Government has the data], with the objective of effecting equitable distribution of contracts among qualified Architect-Engineer firms, including minority-owned firms and firms that have not had prior DOD contracts. Firms will be evaluated in terms of work previously awarded to the firm by DOD with the objective of affecting an equitable distribution of DOD A&E contracts among qualified A&E firms. CRITERIA 8, COMMITMENT TO SMALL BUSINESS CONCERNS(Large business firms only) (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, identify the proposed names of the small businesses, and the dollar amount and subcontracting percentage the prime anticipates subcontracting to each firm. Additionally, provide a brief narrative as to how your firm will meet the following small business subcontracting goals: Small Business (SB)–27%; Small Disadvantaged Business–5%; Women-Owned SB–5%; Service-Disabled Veteran-Owned SB–3%; Veteran-Owned SB–3%; and NOTE: If a large business firm is selected for award, an acceptable subcontracting plan that reflects a minimum of subcontracting goals stated above must be submitted before price negotiations begin for contact award. SELECTION INTERVIEW REQUIREMENTS: Personal interviews may be scheduled for firms slated as most highly qualified. Firms slated for interviews may be asked to explain management and the Firm’s abilities. Elaborate presentations are not desired. ADDITIONAL INFORMATION: All information must be included in the SF 330 package, (cover letter, attachments and excess number of pages 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. Those firms that meet the requirements in this announcement and wish to be considered must submit the SF330 per Submission Requirements above, to: NAVAL FACILITIES ENGINEERING COMMAND SOUTHWEST, Code AQE.JB, 1220 Pacific Highway, Attn: Len Brown, San Diego, CA 92132-5190, no later than 2:00 p.m. local time, PST, on 09 March 2006. Submittals received after this date and time will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile and E-mail submittals will not be accepted. Site visits will not be arranged during this period. 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. E-mail address for inquiries is: joseph.l.brown2@navy.mil.*** END OF ANNOUNCEMENT *** NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-FEB-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVFAC/N47408/N68711-06-R-2202/listing.html)
 
Place of Performance
Address: United States
 
Record
SN00982918-F 20060209/060207220000 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.