Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2008 FBO #2383
SOURCES SOUGHT

C -- Sources Sought Synopsis for IDIQ Environmental Planning and Engineering Services for NEPA SHIP HOMEBASING

Notice Date
6/3/2008
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Atlantic,, N62470 NAVFAC ATLANTIC Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N6247008R1011
 
Response Due
6/30/2008
 
Archive Date
7/15/2008
 
Point of Contact
Patricia Kaczka(757)322-4649
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS. THIS IS NOT A SOLICITATION ANNOUNCEMENT OR REQUEST FOR PROPOSAL. NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. This is a market research tool being used to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and issuance of a Request for Proposal including the use of any appropriate small business programs. The intent of this sources sought synopsis is to identify potential qualified 8(a), Historically Underutilized Business Zone (HUBZone) Small Business, Service Disabled Veteran Owned Small Business, and Small Business firms for an Indefinite Quantity Contract for Environmental Planning and Engineering Services for National Environmental Policy Act (NEPA) and Executive Order (EO) 12114, Environmental Effects Abroad of Major Federal Actions. The preponderance of work to be assigned under this contract will be NEPA documentation in support of proposed infrastructure-related actions related to SHIP HOMEBASING issues. The geographic area covered by this contract encompasses the Naval Facilities Engineering Command, Atlantic's area of responsibility (AOR) and the adjacent waters of the Atlantic and Pacific Oceans. The preponderance of the work on this contract is anticipated to occur within NAVFAC Atlantic's AOR, which includes the Continental United States, the Caribbean, Europe and North Africa. Taskings, however, could be assigned anywhere in the world. After review of the responses submitted, a solicitation announcement will be published in the Federal Business Opportunities website if the Government intends to continue with the procurement. The Government intends to solicit and award a Firm Fixed Price (FFP), indefinite quantity/indefinite delivery type contract with an estimated total amount not to exceed $30,000,000 for all years. The contract term will be for one (1) year from the date of an initial contract award with four (4) additional one year option periods. Type of contract: Firm Fixed Price Indefinite Quantity Contract. The NAICS code for this procurement is 541330, Engineering Services, and the annual small business size standard is $4,500,000. The documents to be prepared under this contract include: Categorical Exclusions (CATEX), Environmental Assessments (EA) and Environmental Impact Statements (EIS) under NEPA, as well as Environmental Reviews and Environmental Studies under EO 12114. The preponderance of work to be assigned under this contract will be NEPA documentation in support of proposed infrastructure-related actions related to ship homebasing issues. However, other tasks may be assigned. Some examples of taskings could include homebasing of aircraft, new construction, renovation, and Base Realignment and Closure (BRAC) actions and demolitions. General guidelines for preparation of the NEPA documentation are contained in the Council on Environmental Quality (CEQ) Regulations (40 CFR part 1500 et. seq.) and Navy Instructions as published, 32 CFR Part 775 and OPNAVINST 5090.1C. Guidance for preparing EO 12114 documents is contained in OPNAVINST 5090.1C, Appendix E. In order to complete these documents, some of the following related studies and services may be required: (1) Air Conformity Analyses under the Clean Air Act; (2) Wetland delineation and mitigation plans; (3) Cultural resource surveys (both architectural and archeological); (4) Coastal Zone Management consistency determinations; (5) Endangered Species Act Section 7 Consultations, Biologic Surveys and Biological Assessments; (6) Community Impact Studies; (7) Environmental Justice Analyses; (8) Traffic Studies; (9) Water quality studies to include chemical and physical analysis of dredge material and bioassays; (10) Storm Water Management Studies; (11) Noise impact studies/modeling; (12) Toxic and hazardous waste studies; (13) Public Involvement Strategies; (14) Life Cycle Cost Analyses; (15) Land Use Compatibility (LUC) Plans; (16) Natural Resources Surveys; (17) Translation services for CATEX/EA/EIS and Public Notices; (18) Range hazard analysis; (19) At-sea acoustic analysis; (20) Marine Resource Assessments; (21) Marine Mammal Density estimates (22) Letters of Authorization and Incidental Harassment Authorizations; (23) Essential Fish Habitat Assessments; and (24) Military Base Development Requirements. The Government will evaluate sources capabilities from responding firms on the following: 1. Specialized Experience: Firms and consultants, if proposed, 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 pertaining to this type of work. 2. Professional Qualifications and Technical Competence of the staff assigned to this contract for the type of work addressed in Evaluation Factor #1: Firms will be evaluated in terms of the staff's experience and active professional registration, and the capability to provide experienced, qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands. 3. Ability to perform the work to schedules and capacity to accomplish up to 3 concurrent taskings per year. Firms will be evaluated in terms of impact of this workload on the staff's projected workload during the contract period. 4. Past Performance: Firms will be evaluated in past performance with respect to work quality, compliance with schedules, and cost control (with emphasis on projects addressed in Evaluation Factor 1). Firms should demonstrate long term business relationships and repeat business with Government and private customers along with appropriate points of contact. Firms should include any letters of commendation or awards. 5. Quality Control Program: Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and disciplined coordination of plans and specifications - list key personnel responsible. 6. Firm location (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size 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 codes, laws, permits and construction practices of the area of the contract. This evaluation factor applies to the office that will perform the work and not general office locations that will not be performing work under this contract. 7. 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. 8. 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. 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 of 76.78%. Included in the SB goals are targets for: Small Disadvantaged Business (SDB) 16.03%; Women Owned Small Business (WOSB) - 14.37%; Veterans Owned Small Business (VOSB) - 3%; Services Disabled Veteran Owned Small Business (SDVOSB) - 3%; and HUBZone Small Business 1.35%. If the firm is considering entering into a teaming arrangement, provide the name of all teaming partners, the anticipated type of teaming arrangements, and address the specific services each member will provide and include applicable experience for each member. For other than bundled requirements, you may be able to joint venture with one or more small businesses and not be considered affiliated as long as each member of the joing venture is considered Small under the applicable NAICS code (13 CFR 121.103(h)(3)). The limitation on subcontracting would apply to the cooperative effort of the joint venture not each individual member (13 CFR 125.6(i)). Interested firms should submit a brief capabilities statement (no longer than 20 double-sided pages) to the contracting office, demonstrating their ability to meet and execute the requirements as set forth above. SUBMISSION REQUIREMENTS: Firms submitting responses shall present their information in a matrix format showing contracts they have performed. The matrix shall show the 10 most recent projects which demonstrate an ability to meet the qualification criteria listed above. Provide the contract number, contract type (i.e. fixed price, IDIQ, cost reimbursement, etc.) project value, contract value, and point of contact with phone number and/or email. Indicate whether the work was performed as a prime or a subcontractor and the percentage of work your firm performed. List key personnel who participated on the projects and what their responsibilities were. Provide the firms ability to meet the qualifications described above relative to the firm/team. Provide the firms business size relative to NAICS code 541330. Responses are due no later than 4:00 p.m. EST, 30 June 2008. Firms responding to this advertisement are requested to submit only 1 copy of the qualification statement. Responses should be sent to the following address: Naval Facilities Engineering Command, Atlantic Attn: Patricia Kaczka, Code AQ11 6506 Hampton BoulevardNorfolk, Virginia 23508-1278 This market survey is for informational and planning purposes only and does not constitute a solicitation for bid or proposals, and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. The Government will not provide a debrief on the results of the survey. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for purpose of verifying performance.Point of ContactPatricia Kaczka, Contract Specialist, Phone 757-322-4649Email Patricia.Kaczka@navy.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4fe82485219f1e9ac0b8954cbe423bc0&tab=core&_cview=1)
 
Record
SN01585730-W 20080605/080603220112-4fe82485219f1e9ac0b8954cbe423bc0 (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.