Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2008 FBO #2427
SOLICITATION NOTICE

C -- IQ Contract for A&E Services for Water and Wastewater System Inspection, Testing & Analysis for U.S. Government Facilities, under the Cognizance of the Naval Facilities Engineering Command, Atlantic

Notice Date
7/17/2008
 
Notice Type
Presolicitation
 
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
N6247008R8006
 
Response Due
8/16/2008
 
Archive Date
9/16/2008
 
Point of Contact
Lisa Sumpter 757-322-4083
 
Small Business Set-Aside
N/A
 
Description
Contracting Office AddressDepartment of the Navy, Naval Facilities Engineering Command, Atlantic, Code ACQ12, 6506 Hampton Boulevard, Building A, Norfolk, VA, 23508-1278, UNITED STATES DescriptionALL 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. Engineering Services and design are required for an Indefinite Quantity Contract for Water and Wastewater System Inspection, Testing and Analysis for U. S. Government Facilities. Projects can include inspection, testing, evaluation and analyzing water supply, transmission, treatment, and distribution systems; and wastewater collection and treatment systems; development and implementation of utilities Asset Management Systems for Navy Utilities. The services are required for Department of Defense (DOD) facilities that receive support services from the Naval Facilities Engineering Command, Atlantic including, but not limited to, the following areas: the Continental United States, Alaska, Caribbean, Europe, Africa, Asia, and the Middle East. Taskings shall include, but are not limited to, the following: management analysis of water and wastewater systems including best management practices and development of asset management programs; water and wastewater master plans; water and wastewater treatment plant capacity evaluations and subsequent design upgrades and improvements; plant and distribution staffing studies; integration of work management systems with GIS, billing and real property inventory systems; development of Operation and Maintenance Manuals for water and wastewater treatment systems; development of operator training; infiltration/inflow studies and sewer system evaluation surveys; design solutions to correct illicit discharges to sanitary and storm sewers; field verification and condition assessments of facilities, structures, and equipment associated with water and wastewater systems including plants, pump stations, tanks, pipes, etc.; preparation and updating utility system mapping and GIS using GPS technology and mobile field data collection; computer based hydraulic analyses of water and wastewater systems; field tests such as fire hydrant tests, C-factor tests, pump flow tests, wet well drawdown tests, etc.; water audits, leak detection surveys using electronic sonic leak detection instruments and microprocessor based leak correlation equipment, and preparing water use intensity studies and water conservation plans including Life Cycle Cost Analysis; aquifer studies; detailed coatings and structural inspections of water storage facilities; structural evaluations of concrete tanks and reservoirs; life cycle cost analyses and other evaluation methods for recommending repairs and modifications to water and wastewater systems; evaluating sewer system rehabilitation techniques; preparing conceptual design and budgetary cost estimates; general Utilities Privatization support including preparation of Technical Data Packages that include system inventories, general condition assessments, replacement cost estimates, depreciated value estimates; preparing and giving formal presentations to high level Naval Officers and civilian employees using the latest technology in audio-visual equipment; vulnerability analysis of water and wastewater infrastructure. Work may be required on multiple contract task orders, in multiple geographic areas, and with little advance notice. The A&E must be qualified to work on projects requiring and obtaining Secret Security clearances stateside and worldwide. The contract requires that the selected firm have on-line access to E-mail via the Internet for routine exchange of correspondence. Evaluation and selection will be based on the most highly qualified firm upon evaluation of the selection criteria stated herein. The A&E must demonstrate his and each key consultant's qualifications with respect to the published selection criteria for all services. Selection criteria (1) through (3) are considered most important and are equal, criteria (4) through (7) are slightly less important and equal; criteria (8) and (9) are of lesser importance and will be used as tie-breakers among technically equal firms. Specific selection criteria include: 1. Specialized Experience:(a) Past experience in performing/providing the types of services listed above.(b) Knowledge of water and wastewater systems within the contract's geographic area. 2. Professional Qualifications and Technical Competence of the Individual Design Team Members:(a) Active professional registration.(b) Past experience in the type of work required or evidence of similar relevant experience (with present and other firms) and roles of staff members specifically on projects addressed in Evaluation Factor 1.(c) Proposed team's management approach to successfully complete tasks under this contract and demonstrated work experience with key consultants on similar projects. 3. Capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands. Firms should assume the need to staff up to 5 simultaneous taskings. 4. Firms will be evaluated in terms of their knowledge and demonstrated experience in applying sustainability concepts. Identify examples indicating experience and concepts employed. Sustainable design elements include:Increased energy conservation and efficiency.Increased use of renewable energy resources.Reduction or elimination of toxic and harmful substances in facilities and their surrounding environments.Efficiency in resource and materials utilization, especially water resources.Selection of materials and products with recycled content.Reduction in harmful waste products produced during construction.Facility maintenance and operational practices that reduce or eliminate harmful effects on people and the natural environment. 5. Past Performance: Firms will be evaluated on their past performance with this Command, other DOD agencies, state and local Governments, and private companies in terms of demonstrated long term business relationships and repeat business (with emphasis on projects listed above). Firms will also be evaluated on their demonstrated history of meeting negotiated project schedules and producing high quality work. 6. Quality Control Program: Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination of plans and specifications - list key personnel responsible. 7. Firm location and knowledge of the locality of the contract (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 this contract and their proximity to the Naval Facilities Engineering Command, Atlantic. 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. 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. 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%; Veteran Owned Small Business (VOSB) - 3%; Services Disabled Veteran Owned Small Business (SDVOSB) - 3%; and HUBZone Small Business 1.35%. Large business firms shall submit their Navy-wide SF 295, Summary Subcontract Report with their SF 330. Slated firms will be required to provide a preliminary subcontracting plan (support for small business subcontracting) as part of the interview. The duration of the contract will be for one (1) year from the date of an initial contract award with four (4) additional one (1) year option periods. The total amount that may be paid under this contract (including option years) will not exceed $25,000,000 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 November 2008. 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 and one sided. As an attachment, provide an organizational 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. 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 2:00 p.m. EST, 16 August 2008. Responses should be sent to the following address: Commander, Naval Facilities Engineering Command, Atlantic, Attn: Code ACQ12LAS, 6506 Hampton Boulevard, Mailroom, 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. Firms responding to this announcement by 2:00 p.m. EST, 16 August 2008 will be considered. This is not a request for proposal. Point of ContactLisa Sumpter, Contract Specialist, Phone 757-322-4083, Fax 757-322-4178, Email lisa.sumpter@navy.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5d8e78cdac39955bdbedaed185e21afa&tab=core&_cview=1)
 
Record
SN01617061-W 20080719/080717222226-a3b06446e94639d89683c291588c8935 (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.