Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2007 FBO #1991
SOLICITATION NOTICE

13 -- IDQ FOR FACILITY PLANNING, ENVIRONMENTAL AND EXPLOSIVES SAFETY SERVICES FOR ENERGETICS RDT&e AND MANUFACTURING PROJECTS, VARIOUS LOCATIONS, NAVFAC WASHINGTON

Notice Date
5/8/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, 1314 Harwood Street Washington Navy Yard, Washington, DC, 20374-5018, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N40080-07-R-0495
 
Response Due
6/25/2007
 
Archive Date
7/10/2007
 
Description
C-FACILITY PLANNING, ENVIRONMENTAL, AND EXPLOSIVES SAFETY SERVICES FOR ENERGETICS RDT&E AND MANUFACTURING PROJECTS, VARIOUS LOCATIONS, NAVFAC WASHINGTON Description ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD. Architect/Engineer (A/E) services are required for a firm fixed-price Indefinite Quantity (IDQ) contract primarily for facility planning, environmental, and explosives safety services at various locations under the Area of Responsibility (AOR) of Naval Facilities Engineering Command (NAVFAC) Washington. The NAVFAC Washington AOR includes Washington, DC, Virginia, and Maryland. However, on occasion, work may be required in other areas of the United States. Services shall be accomplished in the firm?s office, with the exception of field investigations, surveys, site visits, meetings, and other on-site work required by individual task orders. The maximum contract value may not exceed an aggregate total of $5,000,000 as follows, $1,000,000 for the base year and $1,000,000 for each of four one-year options. The minimum guarantee for the IDQ contract shall be $50,000 for the life of the contract. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. The NAICS Code for this procurement is 541330 and the annual small business size standard is $4M. The selected A/E contractor for the contract will be required to provide overhead, profit, and discipline hourly rates initially to the Contracting Officer within 10 days after receiving notification. In addition, the selected A/E contractor will be required to participate in an orientation and site visit meeting (when requested) within five days of notification for each project and provide each fee proposal within ten days after receiving the Request for Proposal and Scope of Work. Service for each project will be a firm fixed price A/E contract. Firms and personnel may be required to work within classified facilities and be exposed to classified information that will require a SECRET security clearance. The contract will cover a wide range of facility planning, environmental, and explosives safety support primarily for RDT&E and manufacturing processes involving energetics and industrial chemicals. Such processes may range from laboratory-scale research and development to full-scale production, testing, storage, transport, and decontamination/disposal. The services described below will often involve working within the constraints of explosives safety quantity-distance (ESQD) arcs and conforming to the requirements of NAVSEA OP-5 (Ammunition and Explosives Ashore, Safety Regulations for Handling, Storing, Production, Renovation, and Shipping). Further, all services will require GIS support ranging from the development of data layers to the creation of detailed site plans or maps. Task orders will include facility planning services to support MILCON, Special Project, Footprint Reduction, and AT/FP (Force Protection) projects. Support will include (but will not be limited to) preparation and review of feasibility, concept, special planning, and scoping studies; project programming documentation, including DD Form 1391; facility planning documents, including Basic Facility Requirements (BFR); construction cost estimates; lifecycle economic analyses (ECONPACK); and site plans. Facility planning task orders will require immediate and continual recognition and integration of a wide range of critical planning issues and related regulations throughout the project development lifecycle. These issues will include (but will not be limited to) explosives safety requirements as set forth in NAVSEA OP-5; the National Environmental Policy Act (NEPA) and all associated federal, state, and local regulations; sustainable design, green building, and Leadership in Energy and Environmental Design (LEED); security and force protection, including DOD AT/FP criteria; master planning, base planning, and area development; Regional Shore Infrastructure Planning (RSIP); and other environmental and safety programs and compliance initiatives. Further, facility planning projects covered under the scope of this contract may require extensive chemical, industrial, and/or environmental process engineering expertise and may include process equipment evaluation and selection. Task orders will also include various environmental, safety, and explosives safety support services, including (but not limited to) preparation and review of Preliminary Explosives Site Approvals (ESAs) and Final Safety Approvals in accordance with NAVFAC Regional Planning Instruction 11010.45 and NAVSEA OP-5; master plans, strategic facilities plans, and other area development studies; environmental planning and NEPA support services, including preparation of NEPA Environmental Assessments (EA), Environmental Impact Statements (EIS), and Categorical Exclusion (CatEx) documentation; consultations with regulatory agencies, including the U.S. Fish and Wildlife Service (USFWS), state historic preservation offices (SHPO), and state environmental agencies; environmental permitting, monitoring, and compliance support dealing with various environmental media; biological studies and assessments; archeological and cultural resource management plans; and Section 106/110 surveys and studies. Task orders may also include occupational health and safety support, including testing and sampling of hazardous materials (e.g., asbestos, lead, lead paint) at selected project sites. All A/E applicants must be qualified in the use of the ArcGIS desktop suite of software within NAVFAC?s GIS Maintenance and Analysis Environment. Required GIS support may include the preparation of new data layers, data maintenance and updating, and the creation of detailed site plans or maps. A/E applicants should also have experience with other software systems required for NAVFAC facility planning, environmental, and explosives safety support services, including (but not limited to) Electronic Project Generator (EPG) and ECONPACK for facility planning and programming; SUCCESS/PACES for cost estimation; and Web Site Approval Request (WebSAR) for explosives safety planning. The A&E must demonstrate the firm?s and each key consultant's qualifications with respect to the published evaluation factors for all services. Evaluation Factors (1) through (7) are of equal importance; factors (8) and (9) are of lesser importance and will be used as tie-breakers among technically equal firms. The following elements may result in higher ratings and should be addressed accordingly when preparing criteria responses: a) projects completed within the last five (5) years; b) projects that integrate a wide variety of critical planning issues and tasks into a cohesive approach to facility, environmental, and explosives safety planning and compliance; and c) formal training in areas pertaining to the SOW, including those specified in Evaluation Factor 1. 1. Specialized Experience. Past successes of the firm as demonstrated by its performance evaluations on government work shall be provided. Identify specific personnel and consultants that worked on these projects: (a) Demonstrate specialized experience on DOD bases, or similar government installations, dealing with a wide variety of facility planning, environmental, and explosives safety services. Also demonstrate experience with RDT&E and manufacturing processes involving energetics and industrial chemicals. (b) Demonstrate current knowledge of DOD, Navy, and NAVFAC facility planning regulations, criteria, and guidance, including NAVFAC P-80, current AT/FP criteria, and NAV2030. (c) Demonstrate experience with DOD, Navy, and NAVFAC facility planning software packages, including web-based Electronic Project Generator (EPG) and ECONPACK. (d) Demonstrate experience with preparing engineering cost estimates using historical data, SUCCESS/PACES, RSMeans, and the Tri-Services Unit Price Book. (e) Demonstrate specialized experience with NEPA studies and consultations with regulatory agencies, including USFWS, SHPO, and state environmental agencies. Also demonstrate knowledge of NEPA and associated federal, state, and local regulations and specialized training in related Navy guidance and initiatives. (f) Demonstrate specialized experience in DOD explosives safety planning, including extensive knowledge of NAVFAC Regional Planning Instruction 11010.45 and NAVSEA OP-5 Ammunition and Explosive Ashore Safety Regulations for Handling, Storing, Production, Renovation and Shipping, use of the Web Site Approval Request (WebSAR) system, and training of key personnel by the Naval Ordnance Safety and Security Activity (NOSSA) through AMMO-36 (Explosives Safety for Naval Facility Planning). Receiving training is Explosives Safety for Naval Facility Planning - AMMO 36 is mandatory, and training in Basic Explosives Safety - AMMO 18/49 and Electrical Explosives Safety for Naval Facilities - AMMO 29 is recommended. (g) Demonstrate experience and required licenses and/or accreditations in hazardous material (e.g., asbestos, lead, lead paint) testing and abatement planning. (h) Demonstrate experience with sustainable design/LEED, master planning, and area development. (i) Demonstrate experience and working knowledge of the NAVFAC Information Technology Center (NITC) GeoReadiness Program, the ArcGIS desktop suite of software within NAVFAC?s GIS Maintenance and Analysis Environment, and related NAVFAC policies and procedures. 2. Professional Qualifications and Technical Competence of Team Members and the Depth of Firm: (a) Active professional registration of individual team members. (b) Individual team members' expected roles in this contract. (c) Roles that individual team members played in the projects addressed in Evaluation Factor 1. (d) Training of individual team members as specified in Evaluation Factor 1. (e) Capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands. (f) The firm's organization and office management: Provide management plan for this contract. 3. Security Clearance: Provide active security levels for A/E and subcontractor facilities and personnel. The A/E must hold a SECRET facility clearance, and all personnel proposed for this effort must be eligible for a SECRET clearance. 4. Capacity of Firm to Accomplish Work in Required Time: (a) Show capacity, either in-house or through consultants, to perform a wide variety of facility planning, environmental, and explosives safety support services. (b) List other DoD IDQ contracts within the past 18 months. Provide the value, the number of options, and the start and finish dates. (c) Explain how work under this contract will integrate with the firm?s current and projected workload. Ability to perform the work to schedules and capacity to accomplish multiple taskings simultaneously (show current and projected workload). Firms will be evaluated in terms of impact of this workload on the planning staff's projected workload during the contract period 5. Past Performance on contracts with government agencies and private industry in terms of cost control and compliance with performance schedules. Use examples of actual projects similar in size and type to the work required in this contract. 6. Firm location in the General Geographical Area of the project and knowledge of the locality of the project: (a) Demonstrate experience with Navy bases and installations within the NAVFAC Washington AOR; (b) Demonstrate knowledge and experience working with federal, state, and local regulatory agencies that have cognizance over facility, environmental, and explosives safety programs at installations throughout the NAVFAC Washington AOR; and (c) State the location of all offices of the firm to be utilized for this contract, and what type and percent of work will be done at each. 7. Quality Control Program. Quality control including performance of quality control on prior contracts: a) describe current methods for quality control (QC) of documents; b) describe how review comments are managed; c) describe how the firm manages client input. 8. Volume of Work: Firms will be evaluated in terms of work previously awarded to the firm by DOD within the past 12 months with the objective of effecting 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. 9. Small Business and Small Disadvantaged Business Subcontracting Plan: Firms will be evaluated on the extent to which they identify and commit to the published Small Business Subcontracting Program. SUBCONTRACTING FY07 Small Business 76.07% HUB Zone Small Business 1.29% Small Disadvantaged Bus. 15.88% Women-Owned Small Bus. 14.22% Service-Disabled Vet. SB 0.13% Large business firms shall submit their Navy-wide SF 295, Summary Subcontract Report with their SF 330. The slated firms will be required to provide a preliminary subcontracting plan (support for small business subcontracting) as part of the interview. There will be one (1) selection made from this announcement. The duration of this contract will be for one (1) year from the date of an initial contract award with four (4) additional one-year option periods. The total amount that may be paid under this contract (including option years) will not exceed $5,000,000 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 a $1,000,000 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 Sept 2007. 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 ($4,000,000). 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. Each firm's past performance(s) and performance ratings will be reviewed during the evaluation process and can affect the selection outcome. Firms that meet the requirements listed in this announcement are invited to submit one copy of the completed Standard Forms (SF) 330, U.S. Government Architect-Engineer Qualifications, to the office indicated below. The proposed contract is being solicited on an unrestricted basis. Should the due date fall on a weekend or holiday, the SF 330 is due the first workday thereafter. Site visits will not be arranged during the advertisement period. Interested firms are requested to include telefax numbers, DUNS number, CAGE code, and Taxpayer Identification Number (TIN) on the SF 330. IMPORTANT: Firms must submit complete data on all the selection criteria, including each specific sub-element requested by the closing date. Specific, clear, detailed submissions will receive higher consideration over generic or incomplete submissions. Only SF330s will be reviewed. The SF 330 is limited to 50 single sided pages. Following an initial evaluation of the qualification and performance data submitted, firms considered to be the most highly qualified to provide the type of service required will be chosen for interviews. Selection of firms for negotiations shall be based on the demonstrated competence and qualifications specified in the selection criteria noted above and considered necessary for the satisfactory performance of the type of professional services required. Selected firms may be subject to an advisory audit performed by the Defense Contract Audit Agency. EEO compliance is required. Information in the cover letter and any other attachments will not be included in the official selection review process. Effective 1 October 1997, A/E contractors are now required to register their firms in the Central Contractor Registration database prior to receiving a contract award. This database provides basic business information, capabilities, and financial information to the Government and complies with the Debt Collection Improvement Act of 1996, which requires Federal agencies to have the Taxpayer Identification Number of every contractor and to pay every contractor through electronic funds transfer. A/E contractors will only have to provide this information once with annual updates or as key company information changes occur. Registration can be accomplished through the World Wide Web at http://www.acq.mil/ec; through any DOD Certified Value Added Network; or a paper may be obtained by calling the DOD Electronic Commerce Information Center at 1-800-334-3414. Submit SF 330 to: Majesta J. Hartley, contract specialist, phone: 202-685-3227 at 1314 Harwood Street SE, Bldg. 212 4th Floor, Washington D.C. 20374, email: majesta.hartley@navy.mil, no later than 2:30 p.m. local time, EST, on 25 June 2007. Submittals received after this date and time will not be considered. Firms not providing the required information may be negatively evaluated.
 
Place of Performance
Address: NAVFAC WASHINGTION, Washington Navy Yard, 1314 Harwood Street SE, Washington, D.C. 20374
Zip Code: 20374
Country: UNITED STATES
 
Record
SN01289950-W 20070510/070508221152 (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.