Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2006 FBO #1564
MODIFICATION

C -- Environmental Engineering Support Services for CERCLA/RCRA

Notice Date
3/7/2006
 
Notice Type
Modification
 
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-2207
 
Response Due
3/23/2006
 
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, Environmental Engineering Support Services for CERCLA/RCRA. The general scope of this requirement covers architectural and engineering services to provide environmental restoration engineering support at various Naval and Marine Corps Installations predominantly in California, and to a lesser extent in Arizona Nevada, Utah, New Mexico, and other DoD installations nationwide. Firms shall provide a full range of A-E environmental engineering services necessary to implement the Navy?s Installation Restoration (IR) Program and similar requirements to comply with environmental laws and regulations relating to pollution prevention, environmental compliance, conservation, and other media requirements for military munitions or base closure projects. These program elements will address uncontrolled hazardous substance, pollutant and contaminant sites at Department of Navy (DON) activities, with the ultimate goal of achieving site remediation and regulatory closure. These efforts include, but are not limited to the following: studies, investigations, evaluations, consultations, conceptual design, value engineering, risk assessments, 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 $50,000,000. For evaluation purposes, an even distribution of $10,000,000 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 ? Specialized Experience (SF330, Section F & H): Specialized experience of the firm and/or proposed consultants, that was substantially completed in the period between February 2001 to February 2006, in performing multiple, simultaneous projects involving field investigations and preparing studies/analysis/workplans for environmental restoration projects and other technical support services relating to compliance with environmental laws and regulations for CERCLA, RCRA, aboveground/underground storage tanks (ASTs/USTs), air, water, hazardous materials, hazardous waste, solid waste, military munitions, petroleum, oils, and lubricants (POL), associated GIS mapping, human health and ecological risk assessments, obtaining environmental permits, and interfacing with regulatory agencies (Federal/ State/ Local) in California predominantly, and to a lesser extent in Arizona, Nevada, New Mexico, and Utah, and other DoD installations nationwide. Recent experience documenting innovative cleanup strategies and successful attainment of regulatory closure for CERCLA or RCRA sites should be included. A maximum of 10 projects in total will be evaluated. Criteria 2 ? Professional Qualifications (SF330, Section E & F): Professional qualifications and capabilities of the staff to be assigned to this contract must (a) include experience from February 2001 to February 2006 in performing field investigations and preparing studies/analysis/workplans for environmental restoration projects and other technical support services pertaining to CERCLA, RCRA, and aboveground/underground storage tanks (ASTs/USTs); (b) indicate competency with laws and regulations for air, water, hazardous materials, hazardous waste, solid waste, military munitions, and petroleum, oils, and lubricants (POL), associated GIS mapping, performing human health and ecological risk assessments, obtaining environmental permits, and interfacing with regulatory agencies (Federal/ State/ Local) in California predominantly, and to a lesser extent in Arizona, Nevada, New Mexico, and Utah, and other DoD installations nationwide. Experience in California will be weighted more heavily than experience in other states. Resumes for key personnel are limited to one page each and should cite project specific experience. 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 for projects 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.LS, Attn: Lea Sili, 1220 Pacific Highway, San Diego, CA 92132. Proposals are due 23 March 2006, 2:00 p.m. local time (PST).
 
Place of Performance
Address: NAVFAC SW, 1220 Pacific Highway, San Diego, CA
Zip Code: 92132
 
Record
SN01001656-W 20060309/060307212501 (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.