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 Environmental Compliance for Petroleum Storage Tank and Oil Spill Programs

Notice Date
3/31/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering 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
N6945008R0106
 
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. There is no separate RFP package to download. Architect-Engineer (A-E) or Engineering Services include preparation of studies, plans, specifications, design, reports, investigations, cost estimates and all associated engineering services in support of the Navy and other DOD installations various Environmental Compliance programs, with a particular emphasis on the Petroleum Storage Tank (PST) Program and the Oil Spill Preparedness and Planning Program. PST can be categorized as petroleum storage and transfer facilities (repair, alter and new design), storage tanks, gasoline, diesel, jet fuel, and heavy fuel oil systems, fuel issue and receipt systems. PST Compliance Program including the completion of PST inventories, notification forms, and management plans; certified tank inspections; integrity evaluations of petroleum pipelines including inspections and intelligent pigging; design of ! PST and fuel facility improvements; preparation/modification of Spill Prevention, Control, and Countermeasures (SPCC) Plans; preparation of plans and specifications to correct SPCC deficiencies; cost estimates for PST projects; installation of monitoring wells, soil and groundwater sampling/ analysis, completion of site checks at suspected leaking PST sites (including disposal of petroleum contaminated soil from boring/well installations); training of tank custodians on operations/inspections/maintenance of PSTs and supporting equipment, investigating conditions, troubleshoot operational problems; recommend/design corrective actions related to petroleum systems. Services include incidental repairs and minor construction usually associated with a tank and/or pipeline inspection or study. Oil Spill Preparedness and Planning Program including preparation/modification of plans and manuals such as Facility Response Plans (FRP); Oil and Hazardous Substance (OHS) Spill Contingency Plans; OHS Spill Response Plans; Integrated Contingency Plans (ICP); preparing tank inspection plans and checklists, conducting tank oversight training, conducting drills and exercises to meet the National Preparedness for Response Exercise Program (PREP) Guidelines; conducting Navy On-Scene Coordinator (NOSC), Federal Emergency Management Agency (FEMA) and other Spill Response Training; design of OHS Spill Contingency Plan facilities. Cost estimate, DD Form 1391, documentation is prepared in the Navy's Electronic Procurement Generator (EPG) and includes cost valuation surveying, concept sketches, site sketches with utility points of connections; and may require enhancement of previously prepared basic documentation, including economic analysis and recommendations for potential utilities impacts and sustainable features. Firms are required to prep! are cost estimates utilizing the SUCCESS estimating system in Work Breakdown Structures (WBS), specifications in the SPECSINTACT program, Design/Build RFPs utilizing NAVFAC DB Masters, and drawings in AutoCad format utilizing the National CADD Standards format with NAVFAC Southeast required modifications. Firms will be required to provide documents in pdf format, metric system, have on-line access to web based support programs and E-mail via the Internet. Final documents require electronic signature using the Navy's DeSign signature software. The A-E must demonstrate his and each key consultant's qualifications with respect to all services described herein with particular emphasis on work in the overseas area of responsibility (AOR). Architect-Engineer (A-E) or Engineering Services are required in support of the Navy and other DOD installations for various Environmental Compliance programs. Locations include various Navy, Marine Corps, and other DOD installations wi! thin the Naval Facilities Engineering Command (NAVFAC) AOR worldwide including the Continental United States, Europe, North Africa, Southwest Asia, the Azores, Guantanamo Bay, Cuba, but may include any location worldwide. 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 selection criteria for all services. Selection criteria (1) through (5) are of equal importance; criteria (6) and (7) are of lesser importance and will be used as tie-breakers among technically equal firms. Specific selection criteria include: (1) Professional Qualifications and Technical Competence of the Individual Design Team Members: (a) Active professional registration evidence that your firm is permitted by law to practice the professions of architecture or engineering, to include state registration number. (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) Capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands. (d) Organization and office management as evidenced by management approach (management plan for this contract), and personnel roles in the organization. (e) As defined by paragraph 1-6 of UFC 3-600-01, Fire Protection Engineering for Facilities, this contract will require the services of a licensed fire protection engineer or consultant.(2) Specialized Experience: (a) Past experience with regard to the investigation and design of the types of services listed above. (b) Knowledge and experience to perform the work to the requirements of Military Handbook 1022A; API 653; API 570; Underground Storage Tank (UST), Aboveground Storage Tank (AST), piping, and related environmental regulations including Navy, Marine Corps, and DoD and State environmental policies in the Continental United States, as well as overseas; and Air Force Fueling Standards and Petroleum Fuel Facilities. (c) Knowledge of local codes, laws, permits and construction materials and practices of the contract area. (d) Steel Tank Institute SP001 Aboveground Tank System Inspector certified.(3) Capacity: Ability to perform the work to schedules and capacity to accomplish a variation of five (5) tasks simultaneously. Firms will be evaluated in terms of impact of this workload on the design staff's projected workload during the contract period and the ability to respond immediately to evaluate emergency operational problems.(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 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 discipline 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). Selected firm shall provide evidence of on-line access to E-mail via the Internet for routine exchange of correspondence.(7) Volume of Work: Firms will be evaluated in terms of work previously awarded to the firm by Department of Defense (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. The duration of the contract will be for one year from the date of an initial contract award with four one year option periods. Estimated start date 1 August 2009. The estimated total amount under this contract (including option years) will not exceed $20 million for the entire contract term. The minimum guarantee of $20,000.00 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. There will be no dollar limit per task order and no dollar limit per year. Type of contract: Firm Fixed-Price Indefinite-Quantity Indefinite-Delivery (IDIQ) Contract. NAICS Code 541330, size standard is $4,500,000. 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. Submit documentation to Naval Facilities Engineering Command SE, Attn: Carol Foulk, Bldg 903, First Floor, Naval Air Station, Jacksonville, Florida, 32212-0030. The SF 330 shall be typed, one sided, 10 pitch font or larger, and Part I shall not exceed 60 pages, cover page excluded from page count. Introductions shall not be included in Sections E and F. A maximum of 20 resumes will be reviewed in Section E, max one single sided page. A maximum of 10 projects will be reviewed in Section F and each project shall not exceed two (2) pages. Section H is limited to 10 single sided pages. As an attachment, 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. Submit a separate matrix summarizing information about the 10 projects listed in Section F including the project n! ame, location, description, contract number, contract type, project value, contract value project completion date, point of contact with phone number, key personnel and roles, and percentage of work performed as prime or subcontractor. Include your DUNS and CAGE numbers as discussed in the DOD FAR Supplement, Part 204 Subpart 204.72. One complete submittal package is required. Late responses will be handled in accordance with FAR 15.208. Hand carried or electronic (email, fax, etc) responses are unacceptable. FAR Clause 52.214-34, Submission of Offers in the English Language is incorporated by reference. Firms responding to this announcement by 1 May 2009 at 4:00 pm Eastern Standard Time will be considered. Numbered Note 1 applies. This is not a request for a proposal.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ec8dfbc197a9a85889588fe736afaa74&tab=core&_cview=1)
 
Record
SN01782427-W 20090402/090331222632-ec8dfbc197a9a85889588fe736afaa74 (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.