Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2008 FBO #2566
SOURCES SOUGHT

R -- Environmental Program--Technical Management Support on Clean Air Act Compliance to Naval Facilities Engineering Command Headquarters

Notice Date
12/3/2008
 
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
N6247009R4000
 
Response Due
12/18/2008
 
Archive Date
1/2/2009
 
Point of Contact
karyn.bryan@navy.mil<br />
 
Small Business Set-Aside
N/A
 
Description
Subj: PROPOSED SOLICITATION N62470-09-R-4000- ENVIRONMENTAL PROGRAM TECHNICAL MANAGEMENT SUPPORTON CLEAN AIR ACT COMPLIANCE TO NAVAL FACILITIES ENGINEERING COMMAND HEADQUARTERS This is a Sources Sought Synopsis. There is no solicitation available at this time. This Sources Sought Synopsis is published for Market Research purposes only. The Naval Facilities Engineering Command Atlantic is seeking qualified 8(a), HUBZONE Small Business, Service Disabled Veteran Owned Small Business (SDVOSB) and Small business sources for technical/management support on Clean Air Act (CAA) Compliance to Naval Facilities Engineering Command Headquarters. The Contractor must be familiar with the structure of DOD and its primary agencies and Services, in particular with the Navy, NAVFAC Field Commands, Commander Navy Installation organizations and the other Business Support Offices (BSO's). Contractor will be required to provide technical and policy advice in support of air pollution control, prevention and compliance issues. The Contractor shall support CNO N45 and NAVFACHQ oversight management and provide review comments on proposed amendments and final Federal, ! State and Local CAA regulations, legislation and court decisions as requested. The contractor shall track issues relating to program areas, e.g., CAA compliance issues, use of pollution prevention initiatives, Title V permits, New Source Review and Prevention of Significant Deterioration (PSD) permits, hazardous air pollutants/response management plans. Contractor will be required to provide ashore and afloat international engineering, analytic, auditing and technical support for environmental issues for International/Overseas Environmental Support. The contractor must possess a knowledge base of international environmental practices, environmental regulations and best practices. Contractor support will include collecting, compiling and analyzing data on Navy international environmental operations, determining compliance with international regulations and DOD guidance, and recommending actions for improvement. Contractor must also provide support for NEPA, E.O. 12114 P! rogram, and E.O. 13423 which requires the Navy to conduct environmental, transportation, and energy-related activities in an environmentally, economically and fiscally sound, integrated, continuously improving, efficient and sustainable manner. Contractor will also be required to maintain websites on the Defense Environmental Network and Information Exchange (DENIX), for example. Contractor shall also be required to provide meeting space for various meetings; teleconference meetings; and be available to arrange and attend meetings in the government's Washington D.C. area office within 48 hours notice. A commercial item, simplified acquisition procedure will be utilized. The purpose of this synopsis is to identify interested/qualified small business sources to determine if a set-aside is warranted. The applicable North American Industry Classification Code is 541330-Engineering Services, which has a small business size standard of $4.5m. Only a brief statement of qualifications (not to exceed ten (10) pages) is requested at this time. At a minimum, provide the following information in your submittal: 1) Name of company; 2) Name of company's point of contact, including address, phone and e-mail, 3) Identify the type of entity (small business, 8(a), HUBZone small business, SDVOSB, etc.) Interested small businesses should review and understand the requirements in Federal Acquisition (FAR) Part 19 and FAR clause 52.219-14 Limitations on Subcontracting. 4) A statement of qualifications to include experience relative to this procurement, or any other information that c! learly demonstrates the respondent's capabilities, expertise and experience to perform the requirements. General marketing material may be included but must fall within the (10) page submittal requirement. The Government will neither award a contract solely on the basis of this Sources Sought Synopsis nor will it reimburse the respondent for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quotation (RFQ), Request for Proposal (RFP), or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. The Government reserves the right to reject in whole or in part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of your submittal. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. All submittals received will be reviewed for informational purposes. NAVFAC reserves the right to independently verify all information submitted. Interested vendors are encouraged to identify themselves as such at the FedBizOpps website for purposes of furthering teaming arrangements and subcontracting opportunities. Submittals may be made individually or as a prospective team. Send submittals to: Naval Facilities Engineering Command Atlantic, Attn: Karyn Bryan, Contract Specialist, Acquisition Department, Room 1015, 6506 Hampton Boulevard, Norfolk, VA 23511 or e-mail to karyn.bryan@navy.mil. Submittals are requested within 15 calendar days from publication of this synopsis. Telephone responses and inquiries will not be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=77e2928b161f85b8758c310232c18ab3&tab=core&_cview=1)
 
Record
SN01713038-W 20081205/081203220755-77e2928b161f85b8758c310232c18ab3 (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.