Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2006 FBO #1592
SOLICITATION NOTICE

C -- Indefinite Quantity Contract for A/E Services for Multimedia Environmental Compliance Engineering Support at Overseas Locations within NAVFAC ATLANTIC'S Area of Responsibility

Notice Date
4/4/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Atlantic, Department of the Navy, Naval Facilities Engineering Command, Atlantic, Code AQ 6506 Hampton Blvd, Building A, Norfolk, VA, 23508-1278
 
ZIP Code
23508-1278
 
Solicitation Number
N62470-06-R-7104
 
Response Due
5/4/2006
 
Description
Architect-Engineer or Engineering Services are required for Multimedia Environmental Compliance Engineering Support. This support includes preparation of studies, plans, specifications, design, reports, cost estimates and all associated engineering services in support of the Navy?s various Environmental Compliance programs, including the Petroleum Storage Tank (PST), Oil Spill Preparedness and Planning, Waste Management, and Environmental Baseline Survey Programs. Locations include various overseas activities within the Naval Facilities Engineering Command?s corporate Area of Responsibility (AOR), primarily Europe, North Africa, Southwestern Asia, Iceland and the Azores, but may include locations within the Ccontinental United States, Caribbean or any location worldwide. This contract will involve the accomplishment of work in the following major categories: (1) PST Compliance Program including the completion of PST inventories, notification forms, and management plans; certified tank inspections; integrity evaluations of petroleum pipelines including inspections and intelligent pigging; design of PST and fuel facility improvements; preparation/modification of Spill Prevention, Control, and Countermeasures Plans (SPCC Plans); preparation of plans and specifications to correct SPCC deficiencies; cost estimates for PST projects; installation of monitoring wells, soil and groundwater sampling/ analysis, completion of site checks at suspected leaking PST sites (including disposal of petroleum contaminated soil from boring/well installations), training of tank custodians and operations/inspections/maintenance of PSTs and supporting equipment. (2) Oil Spill Preparedness and Planning Program including preparation/modification of plans and manuals such as Facility Response Plans (FRP); Oil and Hazardous Substance (OHS) Spill Contingency Plans; OHS Spill Response Plans; Integrated Contingency Response Plans (ICP); conducting drills and exercises to meet the National Preparedness for Response Exercise Program (PREP) Guidelines; conducting Navy On-Scene Coordinator (NOSC) and other Spill Response Training; and design of OHS Spill Contingency Plan facilities. (3) The Waste Management Program including the preparation or revision of documents in support of the Navy?s Hazardous Waste (HW), Solid Waste (SW), Polychlorinated Biphenyl (PCB), Regulated Medical Waste (RMW), Pollution Prevention (P2), EPCRA, Hazardous Material (HM), Asbestos-Containing Materials (ACM), and Lead-Based Paint (LBP) Programs. Environmental documentation includes management, minimization, disposal, contingency, evaluation, elimination, closure and decontamination plans and studies; site investigations and evaluations; and permit applications. The services required will include site surveys; document reviews; soil, water, sediment, gaseous sampling and analysis; soil gas surveys; monitoring well installations and well testing; aerial and/or on-site photography; groundwater modeling and geophysical contamination migration; risk assessments and air modeling; designs and Post Construction Award Services (PCAS) for environmental restorations. (4) The Environmental Baseline Survey Program, encompassing the full range of environmental support for real estate actions associated with property acquisition and disposal, including Environmental Baseline Surveys (EBS), Environmental Condition of Property (ECP) evaluations, Phase I and II Environmental Site Assessments (ESA); and Phase I and II Hazardous, Toxic, and Radiological Waste (HTRW) Surveys; geological and hydrogeological assessments; human health and ecological risk assessments; range condition assessments including munitions and explosives of concern (MEC), aerial photography, mapping, surveying, and GIS services, asbestos, radon, and lead-based paint surveys, and other similar or related environmental and engineering work. This work may include (a) historical background checks, such as identifying previous site ownership and business license records; (b) identifying and reviewing previous and current site uses and plans; (c) reviewing of insurance records, fire hazard maps, and aerial photographs; (d) interviews with current and former property owners, operators, employees and neighbors; (e) record searches of on-site, regulatory agency, and national, regional, and local government files; and (f)site visits consisting of examining for evidence of soil staining and hazardous substances, fill areas or depressions, stressed flora or fauna, and unusual odors. Work may also include collection of air, sediment, surface soil, surface water, subsurface soil, groundwater and biota samples and subsequent analysis. The work will also include preparation of work plans, site safety plans, sampling plans, quality assurance plans, and a summary report with recommendations and estimated costs for additional investigations and cleanups. The contract requires that the selected firm have on-line access to E-mail via the Internet for routine exchange of correspondence. The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for all services described above with particular emphasis on work in the overseas AOR. Evaluation factors are weighted with (1) through (5) being of equal importance; factors (6), (7) and (8) are of lesser importance. Specific evaluation factors: (1) Specialized Experience. Firms and sub-consultants (if proposed) will be evaluated in terms of their specific project experience and specialized experience that was substantially completed within the past 5 years, and list team members who performed this work. Explain both firm and team experience in performing multiple, simultaneous projects involving field investigations, surveys, evaluations and preparing studies/analysis/workplans/cost estimates/specifications for environmental projects and other support services related to the major categories of work described above in accordance with applicable laws and regulations both overseas and domestic, particularly including experience with the Final Governing Standards (FGS), host nation laws, and DoD/Navy policy and guidance. Specialized experience in locations in Europe, North Africa, Southwestern Asia, Iceland and the Azores will be afforded significantly more weight than experience in other locations. (2) Professional Qualifications. Firms will be evaluated in terms of the competence and experience of the technical team proposed to accomplish this work with emphasis on the interaction with host nation representatives and regulatory agencies and familiarity with applicable regulations, guidance, and DoD/Navy requirements relating specifically to the performance of the major categories of work described above. This includes: (a) active professional registration; (b) past experience (with present and other firms) and roles of proposed team members on the projects addressed in evaluation factor (1) above; and (c) the capability to provide qualified back up staffing for key personnel to ensure continuity of services and the ability to surge to meet unexpected project demands. Include firm?s ability to obtain security clearances for its key and field personnel. (3) Past Performance. Firms will be evaluated in terms of past performance with this Command, other DoD and Government agencies, and private industry in terms of demonstrating long term business relationships and repeat business with Government and private customers (with emphasis on projects addressed in Evaluation Factor (1). Firms should include any letters or commendations or awards. (4) Scheduling and Capacity. Firms will be evaluated according to their ability to perform work to schedules and capacity to accomplish up to 10 taskings simultaneously. Indicate the firm?s present workload and projected workload with a plan and schedule to accomplish the work, including 24 hour response services in urgent cases. (5) Quality Control Program. Firms will be evaluated on the acceptability of their internal quality control program used to assess technical accuracy in plans, studies and reports, to assure overall coordination between engineering and technical disciplines, their means of ensuring quality services from their subcontractors, ability of laboratories, whether internal or subcontracted, to meet all applicable federal, state, and local as well as Navy/DoD standards; and to ensure technical accuracy and discipline coordination of plans, specifications and reports. (6) Firm?s location in the general geographical area of the contract and knowledge of localities (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract). Firms should demonstrate ability to support Navy and DoD installations within the primary overseas area of responsibility of Europe, North Africa, Southwestern Asia, Iceland and the Azores. Firms will be evaluated on their proximity and knowledge of host nation laws and local codes with respect to the general geographical area of the contract. (7) Volume of Work. 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, including small and small disadvantaged business firms and firms that have not had prior DOD contracts. (8) Small Business Subcontracting Effort. The Secretary of the Navy has assigned the Naval Facilities Engineering Command goals expressed in terms of percentages of total planned subcontracting dollars for utilization of small businesses (SB) of 75.83%; included in the SB goals are targets for: Small Disadvantaged Business (SDB) - 15.8%; Women-Owned Small Business (WOSB) - 14.23%; Veteran Owned Small Business (VOSB) - .12%; Services Disabled Veteran Owned Small Businesses (SDVOSM) - .12%; and HUBZone small business - 1.28%. Large firms will be evaluated on the extent to which they identify and commit to subcontract to SB, HUBZone, SDB, WOSB, VOSB, SDVOSB firms, and if applicable, Historically Black Colleges and Universities and Minority Institutions (HBCU/MI) in accordance with published Small Business Subcontracting Program targets. The subcontracting targets apply to work performed within the United States and its territories and possessions. Large Business Firms shall submit their Navy-wide SF 295 (Standard Form 295, Summary Subcontract Report) with their Standard Form 330. The slated firms will be required to provide a preliminary subcontracting plan (support for small business subcontracting) as part of the interview. Small business firms will be evaluated on the extent of work, including type and percentages, to which they identify and commit to subcontract to SB, HUBZone, SDB, WOSB, VOSB, SDVOSB firms, and, if applicable, Historically Black Colleges and Universities and Minority Institutions (HBCU/MI). Small Business offerors are not required to submit a subcontracting plan. The duration of the contract will be for one (1) year from the date of an initial contract award with 4 additional one year option periods. The total amount that may be paid under this contract (including option years) will not exceed $10,000,000 for the entire contract term. The minimum guarantee for the entire contract term (including option years) will be satisfied by the award of the initial Task Order. The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government subject to workload and/or satisfaction of the A&E performance under the subject contract. There will be no dollar limit per task order and no dollar limit per year. No other general notification to firms for other similar projects performed under this contract will be made. Type of contract: Firm Fixed Price Indefinite Quantity Contract. Estimated start date is 29 September 2006. This proposed contract is being solicited on an unrestricted basis; therefore, replies to this notice are requested from all business concerns. The small business size standard classification is NAICS 541330 ($4,500,000). All contractors are advised that registration in the DOD Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to register in the DOD CCR Database may render your firm ineligible for award. For more information, check the DOD CCR Website: http://www.ccr.gov. Architect-Engineer Firms which meet the requirements described in this announcement are invited to submit a completed SF 330. If the SF 254/SF 255 is submitted for this solicitation, it will not be reviewed or considered. The SF 330 should be typed, one sided, at least 10 pitch font or larger, and Part I shall not exceed 60 pages. Introductions shall not be included in Sections E and F. A maximum of 20 resumes will be reviewed in Section E and each resume should not exceed one single sided page. A maximum of 10 projects will be reviewed in Section F and each project shall not exceed 2 pages. Section H is limited to 10 single sided pages. As an attachment, provide an organization chart of the proposed team showing the names and roles of all key personnel listed in Section E with the associated firm as listed in Section C. In addition, please provide a separate matrix summarizing information about the 10 projects listed in Section F including the project name, location, description, contract number, contract type, project value, contract value project completion date, point of contact with phone number, key personnel and roles, and percentage of work performed as prime or subcontractor Please include your DUNS, CAGE, and TIN numbers in Block 30 of the SF 330. Provide evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., State registration number. Responses are due no later than 4:00 p.m. EST, 4 May 2006. Responses should be sent to the following address: Commander, Naval Facilities Engineering Command, Atlantic, Attn: Code AQ131, 6506 Hampton Boulevard, Room 0126, Norfolk, Virginia 23508-1278. Late responses will be handled in accordance with FAR 52.215-1. Hand carried responses will not be accepted. Electronic (E-mail, facsimile, etc.) submissions are not authorized. Firms responding to this advertisement are requested to submit only 1 copy of the qualification statement. Inquiries concerning this project should include solicitation number and title.
 
Place of Performance
Address: Worldwide
Country: Worldwide
 
Record
SN01020979-W 20060406/060404221105 (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.