Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2008 FBO #2340
SOLICITATION NOTICE

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

Notice Date
4/21/2008
 
Notice Type
Modification/Amendment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC SOUTHWEST, ENVIRONMENTAL CONTRACTS CORE, N62473 NAVFAC SOUTHWEST, ENVIRONMENTAL CONTRACTS CORE CODE RAQE0 1220 Pacific Highway San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N6247308R8809
 
Response Due
4/29/2008
 
Point of Contact
Joseph L Brown, Phone: (619) 532-1266
 
E-Mail Address
joseph.l.brown2@navy.mil
 
Description
This notice corrects the announcement dated 26 March 2008, revised 09 April, and revised 18 April 2008. DESCRIPTION: There is no solicitation to download. Architect/Engineer (A/E) services are required for a firm fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Environmental Architect-Engineer Services for the Preparation of Navy/Marine Corps Environmental Planning Documents for Infrastructure Projects the primary focus would include projects that are development oriented and would support projects that contain both development and operations projects; the secondary focus would include preparation of planning documents for other types of projects. Environmental Planning Documents covered under the proposed contract include, but are not limited to: National Environmental Policy Act (NEPA) documentation, environmental studies and documentation for the Naval Facilities Engineering Command Southwest (NAVFAC SOUTHWEST), San Diego and its customer activities within California, Nevada, and Arizona. Examples of NEPA documents include, but are not limited to, Categorical Exclusions (CATEX), Environmental Assessments (EA), and Environmental Impact Statements (EIS). Environmental studies and documents include, but are not limited to, historical, cultural, archeological, traffic studies, acoustic, geotechnical, air quality, and marine and terrestrial biological assessments for threatened and endangered species, marine mammal permits, and agency consultation and permitting documentation for the California Coastal Commission, U.S. Army Corps of Engineers, Regional Water Quality Control Board, U.S. Fish and Wildlife Service, and National Marine Fisheries Service. The preponderance of the work will be located in California and Arizona, but there is the possibility of work being located anywhere in the United States including Alaska and Hawaii. This procurement consists of one solicitation with the intent to award one firm fixed-price IDIQ contract. The basic contract period for the contract will be for 12 months (or less as determined by the Contracting Officer after the government orders the maximum aggregate contract amount of $30,000,000.00) with four 12-month options. The total maximum duration of the contract is 60 months or an aggregate value of $30,000,000.00, whichever occurs first. The minimum task order amount for each contract is $10,000.00. The maximum task order amount is $5,000,000.00. The contract guaranteed minimum is $5,000. 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 September 2008. 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: Criterion 1, Recent Experience in the Southwest (Arizona, Nevada, and California) Region; Criterion 2, Professional Qualifications; Criterion 3; Past Performance; Criterion 4; Quality Control; Criterion 5; Work Capacity; Criterion 6; Volume of Work Awarded; Criterion 7; 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. All projects provided in the SF 330 (Architect-Engineer Qualifications) must be completed by the office/branch/individual team member actually performing the work under this contract. Projects not performed by the office/branch/individual team member will be excluded from evaluation consideration. SUBMISSION REQUIREMENTS: The SF 330, Part I is limited to 40 single-sided pages, 8.5x11. Minimum font size is 10 pt. Submit the following: a) One (1) original and three (3) copies of SF 330 for the prime offeror (SF330 should also include teams sub-contractors) 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 the contract number. In Block 5, list firms 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 key members of the proposed team, including sub-contractors. Include firm names, key personnels names, disciplines, and roles. Provide a narrative that briefly explains why the team is organized as shown, including the relationships, lines of authorities of team members, and why the key members are appropriate for their roles SF 330 Section F, CRITERION 1, RECENT EXPERIENCE IN THE SOUTHWEST (ARIZONA, NEVADS, AND CALIFORNIA) REGION: Recent (within the last 5 years) specialized experience of the key personnel (including consultants and sub-contractors) in preparation of Marine Corps and Navy environmental planning documents for projects in the Southwest region including: NEPA documentation, environmental studies and documentation such as historical, cultural, archeological, traffic studies, acoustic, geotechnical, air quality, marine and terrestrial biological assessments for threatened and endangered species, and agency consultation and permitting documentation for the California Coastal Commission, U.S. Army Corps of Engineers, Regional Water Quality Control Board, U.S. Fish and Wildlife Service, and National Marine Fisheries Service. Do not list more than ten (10) projects in block 8. For each project listed indicate which team members (prime and subcontractor), participated in the preparation of the environmental documents listed in block 8. Identify the roles of the prime and subcontractors for each project, and provide an estimate of percentage of work that was performed by the prime and subcontractors. Firms will be evaluated on their recent experience demonstrated in the preparation of the above listed infrastructure environmental documents and related studies, their knowledge of environmental regulations, laws, permits, codes and practices unique to the region, and their relative reliance on sub-contracted services. Submission Requirements: For each firm, provide a maximum of ten (10) relevant completed or ongoing projects that best illustrate overall team experience. Include within block 24 of SF330, Section F, a brief narrative of performance for each project. Discuss effectiveness by listing estimated cost, contract award amount, change orders required and adherence to performance schedules. SF 330, Section E, CRITERION 2, PROFESSIONAL QUALIFICATIONS: Professional qualifications of the key personnel (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 environmental planning documents in the Southwest region including those listed under Criterion One above. List only the team members who actually will perform task orders under this proposed contract, their physical location and their qualifications reflecting their potential individual contributions to this project. Team members identified under this Criterion should also be shown on the Organization Chart proposed under Section D. Firms will be evaluated in terms of the staff's professional qualifications necessary for performance of required services, capability of providing 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. Each resume shall include a maximum of five (5) relevant (to tasks under the proposed contract) completed projects that best illustrate the individuals 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 7; additional sheets may be used, if required. Clearly identify the Criterion number and title. CRITERION 3, PAST PERFORMANCE: Past performance (with emphasis on projects addressed in response to Criterion One above) on contracts with government agencies and private industry in terms of safety/occupational health, cost control, quality of work and compliance with performance schedules. List awards, commendations, warnings, and other performance evaluations received with the last five years. Firms will be evaluated in terms of all of the following (with emphasis on projects addressed in response to factor number one) successful or unsuccessful business relationships and business with Government and private customers, performance ratings both favorable and unfavorable, and letters of recommendation, document rejections, and letters of caution or warning received. Submission Requirements: For each project provided as experience under Criterion One above (both prime contractor and subcontractor) list applicable awards, commendations, letters of warning or caution, document rejections, and any other performance evaluations. For each of these projects also provide a client Point of Contact, and his/her current telephone number and email address. All other awards, commendations, warnings and performance evaluations received within the last five years should be listed (separately) by referencing the issuing agency or company, and the respective date of issuance together with the issuing Point of Contact, and his/her current telephone number and e-mail address. If received under a federal contract state the evaluation type and rating. If not a federal contract, provide relevant similar evaluation information. Offerors shall submit the following information, certifying their corporate health and safety performance history. If the Offeror is a joint venture, information should be submitted as a joint venture. If there is no information for the joint venture, information should be submitted for each joint venture partner. Offerors must demonstrate the relationship between the firms and identify each partners roles and responsibilities as it pertains to their safety program. 1. Experience Modification Rate (EMR): Submit your insurance company EMR for the last five (5) years (February 2003 - February 2008). If an EMR is not available for the entire five year period from the insurance carrier, the Offeror shall provide an explanation as to why it is not available. If an Offeror was not rated by the insurance carrier, submit a letter from the insurance carrier stating that your firm was not rated. The letter shall provide a point of contact (name, phone number, email address) with the insurance carrier for verification purposes. Offerors shall advise your insurance agent that the government will contact them to confirm these EMRs. 2. Citations (Federal, State, and Municipal OSHA-Type): Submit copies of Federal, State, and Municipal OSHA-type citations for the last five (5) years (February 2003 February 2008). Offerors shall provide a written response addressing corrective action taken by the Offeror and mitigation plans to avoid recurrence in the future. 3. Safety Management Plan: Offerors shall demonstrate the effectiveness of their proposed safety management. The plan shall document how the Offeror will ensure safety of prime personnel, and subcontractor personnel. In addition, the plan shall document who will be responsible for managing safety, that individuals reporting chain of command. In addition, the plan shall specify how safety will be managed during the performance of the work requirement. CRITERION 4, QUALITY CONTROL: Firms will be evaluated on the effectiveness of their internal quality control methods. A broad or generic QC manual is not acceptable. Submission Requirement: a) The method for ensuring quality should be reflected and described in the Organization Chart under Section D. b) ; Provide a description of the specific steps the project team will use for each of the tasks under this contract that relate to management of workload, coordination between team members, assignment of tasks to appropriate personnel, use of appropriate technical methodology, technical and regulatory accuracy, consistency between resource topics in a single document, technical editing by a professional technical editor, back-checks to ensure revisions are made, readability of documents, document production scheduling and delivery. In addition to technical document preparation, discuss how the project team proposes to provide quality service in terms of understanding government client objectives, providing timely responses to government requests, and reducing government time and effort required to manage this contract. c) Illustrate successes in ensuring quality and identify any commendations or cautionary or negative evaluations received regarding quality control, and d) Of special interest are the QC processes in place that minimize the governments need to QA the A/Es work product for errors, omissions, and quality. CRITERION 5, WORK CAPACITY: Ability to simultaneously perform multiple complex and controversial work projects in accordance with established schedules and while demonstrating excellence in technical support and product submittal. Submission Requirement: Describe the project teams (prime contractor and subcontractors) demonstrated history of successfully processing multiple simultaneous complex projects. Also, describe the currently projected workload (including project type, dollar amount, and complexity), staffing and the availability of the project team (including prime and sub-contractors and their physical locations) for the specified contract performance period. Indicate any relevant specialized equipment available and prior and existing security clearances. Firms will be evaluated in terms of the firms relative reliance on sub-contracted expertise and potential overall contract impact or stress on the staff's projected workload during the contract period. CRITERION 6, VOLUME OF WORK AWARDED. Volume of work previously awarded to the firm by the Department of Defense (DOD) within the past twelve months, 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. Do not provide this information since the Government has the data. Submission Requirements: None CRITERION 7, COMMITMENT TO SMALL BUSINESS CONCERNS (ALL FIRMS LARGE AND SMALL MUST ADDRESS THIS CRITERION) (SEPARATE FOLDER): Use of small business concerns as sub-contractors. Submission Requirement: Demonstrate commitment to using small business concerns as sub-contractors on this contract. Provide a chart with each small business category proposed to be performed by sub-contractor(s), identify the names of the proposed 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 sub-contracting goals: Small Business (SB)27%; Small Disadvantaged Business5%; Women-Owned SB5%; Service-Disabled Veteran-Owned SB3%; Veteran-Owned SB3%; and 3% HUBZone. NOTE: If a large business firm is selected for award, an acceptable sub-contracting plan that reflects the minimum sub-contracting 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 or expand on information contained in SF 330 submittal. 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 29 April 2008. Submittals received after this date and time will not be considered. Responding firms not providing all 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 offerors responsibility to check the NECO website at: https://www.neco.navy.mil for any revisions to this announcement or other notices. Address inquiries via email: joseph.l.brown2@navy.milor via telephone: 619-532-1266..*** END OF ANNOUNCEMENT ***
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6e3a57b1d51627043bdd3956cc9f72c7&tab=core&_cview=1)
 
Record
SN01557660-W 20080423/080421214534-85c86d62d8222215eeb06cec99e99d59 (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.