Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2009 FBO #2684
SOLICITATION NOTICE

C -- IDIQ for Architect-Engineering Services for Water, Wastewater, Storm Water Environmental Compliance Engineering Support

Notice Date
3/31/2009
 
Notice Type
Presolicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, Southeast, N69450 NAVFAC SOUTHEAST, SOUTHEAST Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6945009R0055
 
Response Due
5/1/2009
 
Archive Date
9/30/2009
 
Point of Contact
Carol Foulk 904-542-6924 Joyce Chilton, 904-542-6915
 
Small Business Set-Aside
Total Small Business
 
Description
This proposed contract is being solicited as 100% set aside for small business. This is no separate package to download. The Government will accept SF-330s from only small business concerns. Architect-Engineer (A-E) or Environmental Consulting Services are required for Water/ Wastewater / Storm Water Environmental Compliance Engineering Support at Navy and Other DoD installations. This work includes a variety of environmental engineering services associated with the Navy's potable water, domestic/industrial wastewater and storm water systems within Naval Facilities Engineering Command (NAVFAC) Southeast's Geographic Area of Responsibility (AOR). The area covers Alabama, Florida, Georgia, Louisiana, Mississippi, South Carolina, Texas, Bahamas(Andros Islands), Cuba(Guantanamo), and Puerto Rico. The contractor may also, on occasion, be tasked to provide services described below to any Department of Defense (DOD) or other Federal agency facilities worldwide.Potable Water - Work pertaining to potable water may include, but is not limited to, evaluating the condition and capacity requirements of the supply, treatment, distribution, and storage systems; performing studies pertaining to cross connection control, water distribution operation and maintenance, disinfectants and disinfection byproducts, sanitary surveys, corrosion control in distribution systems, water conservation, and well head protection; performing computerized hydraulic analyses of potable water distribution systems; developing unidirectional flushing programs; preparing/updating Operation and Maintenance (O&M) manuals; providing SCADA control system assistance; conducting flow and/or leak detection testing within the distribution system; and performing vulnerability assessments and emergency response plans for water treatment facilities.Wastewater - Work pertaining to domestic/industrial wastewater may include, but is not limited to, evaluating the condition, capacity, and optimization requirements of the treatment and associated collection systems; performing studies pertaining to Total Maximum Daily Loads and predictive evaluations (e.g., mixing zones), water quality modeling, infiltration/inflow, wastewater reuse, alternative disinfection, wastewater characterization and treatability, oily waste/waste oil, and industrial wastewater management; preparing/updating O&M Manuals; providing SCADA control system assistance; and preparing Federal and/or state point and non-point National Pollutant Discharge Elimination System (NPDES) permit and industrial pretreatment permit applications.Storm Water - Work pertaining to storm water systems may include preparation and revision of Storm Water Management Plans and Storm Water Action Plans for Storm Water Management Programs at military facilities classified as Municipal Separate Storm Sewer Systems (MS4's). Required services may include: development of computerized mapping of storm drainage systems and facilities associated with MS4's and industrial activities, assessment of potential storm water pollution sources, illicit discharge investigations to identify cross connections and sources of industrial wastewater, development of Best Management Practices (BMPs), development of training for base personnel, development of storm water public education and outreach programs, development of storm water public involvement programs, development of construction site runoff control programs, development of post construction runoff controls programs, development of storm water good housekeeping programs, performance of! annual facility site compliance evaluations, storm water sampling and analysis, preparation of permit applications, preparation and revision of storm water pollution prevention plans, preparation and revision of storm water management programs, preparation of military project planning documentation (DD Form 1391) to implement structural BMPs, and development of relational databases which can be linked to storm water drainage, sanitary sewer and other utility mapping and informational systems to form a geographic information system (GIS) for effective source control and storm water program management.Miscellaneous Services - In addition to services described above, work pertaining to potable water, domestic/industrial wastewater and storm water systems during the life of the contract may also include developing/modifying GIS and AUTOCAD drawings; preparing or updating O&M Manuals; building foreseeable environmental projects and estimates for budget planning for SDWA or CWA requirements which requires familiarity with EPRWeb, the Navy Requirements Guidebook and Navy compliance policies; conducting Environmental Management System (EMS) reviews, inspection/gap analyses and/or progress reviews to ensure conformance to a specified standard such as ISO 14001, Navy EMS policy or other standard; reviewing and developing utility services contract requirements and modifications; identifying environmental project requirements and preparing military project justifications (e.g., DD Form 1391); conducting OEL assessments, updates, data management and reports particularly in regards t! o water systems related liabilities; preparing plans and specifications with construction cost estimates; conducting soil investigations and various testing; obtaining environmental permits; reviewing shop drawings; providing construction consultation and construction or inspection services; and preparing construction record drawings. CONTRACT INFORMATION: The duration of the contract will be for one (1) year from the date of an initial contract award with four (4) additional one year option periods. Each performance period will be 365 calendar days. Hourly rates will be negotiated for each calendar year (12 month period) and are independent of which option year is in effect. The total amount that may be paid under the contract (including option years) will not exceed $5 million for the entire contract term. The minimum guarantee for the entire contract term (including option years) is $20,000, which will be satisfied by the award of the initial contract task order (CTO). The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. A-Es are not guaranteed work in excess of the minimum guarantee. 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 with the A-E performance under the subject contract. There will be no dollar limit per task order and no dollar limit per year. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. Type of contract: Firm Fixed-Price Indefinite-Quantity Indefinite-Delivery. The estimated start date is 1 Aug 2009. NAICS code 541620; size standard $7.0 million. Offeror's are advised that registration in the DOD Central Contractor Registration (CCR) Database (http://www.ccr.gov) is required prior to award of a contract. Failure to register in the DOD CCR Database may render your firm ineligible for award. SUBMISSION REQUIREMENTS: Architect-Engineer Firms/Teams/JV that meet the requirements described in this announcement are invited to submit a complete SF 330 for the proposed contract. If an SF 254/SF 255 is submitted for this solicitation, it will not be reviewed or considered. The SF 330 shall be typed, one sided, at least 10 point font or larger, and shall not exceed 25 pages. Dividers will not be included in the page count. As an attachment for Section D, provide an organization 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. (The organization chart will not be counted as part of the page limit and the chart must be bound with the submittal to avoid separation in handling. The chart may be an oversize foldout. Note that all individuals listed in the organization chart are not required to have a resume in Section E, such as administrative or lower level engineering positi! ons.) List number of individuals in each discipline not assigned to proposed team who could be used to augment the proposed team (in event of loss of personnel or failure to maintain schedules. Summarize proposed team in tabular form with the following data: a) firm name; b individual's name; c) work history with the individual consultant firm; d) office location (home or branch office); e) Professional degree(s), and date(s); f) Professional Registration(s), date(s) and state(s); g) assigned team responsibility; h) percentage of time committed to this team; and, i) synopsis of experience including firm name(s), years with each firm, and type of experience with each firm. In addition, please provide a matrix in Section F summarizing in descending order of significance, at least three of your most relevant projects for the type projects required under the experience category, including the project name, location, description, contract number, contract type, project va! lue, contract value project completion date, point of contact with phone number, key personnel and roles, and percentage of work performed as prime or subcontractor. Please include your DUNS, CAGE, and TIN numbers in addition to the firm name in Block 5 of the SF 330. Provide evidence of professional registration for architects, engineers, and geologists (i.e., State registration numbers). Responses are due no later than 1 May 2009 at 4:00 p.m. Eastern Standard Time,. Responses should be sent to the following address: Mailing Address: Commanding Officer, Naval Facilities Engineering Command, Southeast, Attn: Carol Foulk, Code ACQ, Bldg 903, Yorktown Ave, Naval Air Station, Jacksonville, FL, 32212. Late responses will be handled in accordance with FAR 15.208. Hand carried or electronic responses will not be accepted. A-Es responding to this advertisement are requested to submit one original and one copy of the qualification statement. FAR Clause 52.214-34, Submission of Offers in the English Language is incorporated by reference. N! umbered Note 1 applies. This is not a request for proposal. SEE ATTACHMENT 1 FOR EVALUATION FACTORS
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6ec4a0e5f2dad20ffb0ce5b210a66af6&tab=core&_cview=1)
 
Record
SN01782361-W 20090402/090331222517-288849d781202bbc88be66a0ef5818ee (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.