Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2009 FBO #2734
SOLICITATION NOTICE

C -- ENVIRONMENTAL ENGINEERING SERVICES

Notice Date
5/20/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall SpaceFlight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
AE2-09
 
Response Due
7/21/2009
 
Archive Date
5/20/2010
 
Point of Contact
John A. Busbey, Contracting Officer, Phone 256-544-0896, Fax 256-544-9162, Email john.busbey@msfc.nasa.gov - Ketela K. Helton, Contracting Officer, Phone 256-544-7179, Fax 256-544-9162, Email Ketela.K.Helton@nasa.gov<br />
 
E-Mail Address
John A. Busbey
(john.busbey@msfc.nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/MSFC plans to issue a Request for Proposal (RFP) for Environmental EngineeringServices.The NAICS Code and Size Standard are 541330 and $4.5M, respectively. All responsible sources may submit a proposal which shall be considered by the agency.An ombudsman has been appointed. See NASA Specific Note "B".The solicitation and any documents related to this procurement will be available over theInternet. These documents will reside on a World-Wide Web (WWW) server, which may beaccessed using a WWW browser application. The Internet site, or URL, for the NASA/MSFCBusiness Opportunities page ishttp://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62 Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the Internet site for the release of thesolicitation and amendments (if any). Potential offerors will be responsible fordownloading their own copy of the solicitation and amendments (if any). Any referencednotes may be viewed at the following URLs linked below.All contractual and technical questions must be submitted in writing (e-mail or FAX) toMary Dobbins/DFSI at mary.e.dobbins@nasa.gov not later than 3:00 pm local time on July 1,2009. Telephone questions will not be accepted.The A/E services to be provided under this procurement consist of miscellaneousenvironmental engineering and occupational health services at the Marshall Space FlightCenter, Alabama and other NASA centers and installations.Services for the project will include these disciplines: engineers with environmentalcompliance experience, professionals with experience in Comprehensive EnvironmentalResponse, Compensation, and Liability Act (CERCLA) or Resource Conservation and RecoveryAct (RCRA) investigation/clean-up, natural resources specialists, cultural resourcesspecialists, chemists, risk assessors, community relations specialists, andhydrogeologists. Registered, licensed professionals will oversee all work under thiscontract and will stamp all prepared documents.The A/E services will include the range of tasks outlined as follows:1.Conduct studies and prepare permit applications, plans, and reports in support ofenvironmental compliance activities at MSFC. Compliance activities include Clean Air Actpermits and reports, Clean Water Act permits and reports, pollution prevention, naturaland cultural resource management, energy management and Leadership in Energy andEnvironmental Design (LEED) certification, National Environmental Policy Act (NEPA)documentation, and other Federal, State and local regulations.2.Prepare documentation as required under either federal or state implemented RCRAand CERCLA; perform field investigations; analytical laboratory services; groundwatermodeling; environmental studies; perform risk assessments and risk evaluations;treatability tests; demonstration projects; corrective measures studies; feasibilitystudies; engineering design documentation; munitions and explosives of concerninvestigations; and construction/remediation oversight.3.Prepare ISO 9000 and ISO 14000-based or compatible environmental managementsystem documents.4.Conduct environmental compliance audits and root cause analysis.5.Perform Environmental Engineering feasibility and cost studies and preparePreliminary Engineering Report (PER's) and final design packages for environmental,energy, and other engineering-related projects at MSFC.The following criteria will be used in the preliminary screening of the A/E firmsresponding to this announcement: (1) Must submit a fully completed, current StandardForm 330; (2) Must have experience in providing environmental engineering andoccupational health services; (3) Must have the following minimum number ofprofessionals: 25 engineers/scientist with federal facility environmental complianceexperience, 10 employees with at least 5 years experience in CERCLA or RCRA investigationand cleanup, 5 employees with at least 10 years of general environmental complianceexperience, 1 natural resources specialist, 1 cultural resource specialist, 1 chemist, 1risk assessor, 1 community relations specialist, and 5 hydrogeologists. Number ofprofessionals can be a combination of employees from the proposing firms office, branchoffices, partners, or subcontractors; (4) Have registered professionals on-site thatwill stamp all required work; (5) Have a minimum of 50 employees located in theproposing firms office; (6) Proposing firms office must be within a 300 miles radiusfrom Huntsville, Alabama; and (7) Must have experience working with the AlabamaDepartment of Environmental Management, the California Environmental Protection Agency,the Louisiana Department of Environmental Quality, and the U.S. Environmental ProtectionAgency (Regions 4, 6, and 9).A/E firms will be evaluated during the selection process based on the following factors(100 maximum points): (1) Previous NASA contracts within the last 10 years (5 points);(2) Geographic location of services to be performed (5 points); (3) Past performance onsimilar projects in terms of cost control, quality of work, and compliance withperformance schedules (20 points); (4) Professional qualifications of key personnellisted to perform the required services (20 points); (5) Capacity to accomplish the workin the required time (10 points); and (6) Specialized experience and technical competencein environmental engineering and occupational health services (40 points).The following Additional Information shall be addressed in Section H of Standard Form330: (1) Explain experience in environmental compliance and restoration projectspertaining to Federal Facilities (within the last 10 years); (2) Explain NAICS 541330/SIC8711 experience (within the last 10 years) as described in Government-wide Numbered Note24; (3) Discuss the division of services among the proposing team. Include previousexperience the team has had working together providing similar required services; (4)Clearly define the capabilities, resources, and responsibilities of the proposing firmsoffice; and (5) Discuss the teams ability to accommodate a contract funding profile thatmay vary depending on the required contractual services and available funds.A/E firms must have Past Performance provided by previous clients. For each projectlisted in the Example Projects (Section F of Standard Form 330), an A/E PastPerformance Report must be prepared. Report (with instructions) is attached.The Offeror shall submit one Past Performance Interview/Questionnaire Form, to customerreferences, for up to 10 of the Offerors most relevant contracts which are currentlybeing performed or have been completed within the last 10 years. The Offeror shallforward the Past Performance Interview/Questionnaire Form for each contract identifiedabove to customer references, along with a transmittal letter similar to the one providedat the end of the form. The Offeror shall request the Customer references to fullycomplete the questionnaire and return it by July 21, 2009. The Offeror is solelyresponsible for ensuring that questionnaires are completed and provided to MSFC. Contracts identified on Past Performance Questionnaire which have been completed morethan 10 years ago will not be evaluated.In addition to Offeror provided references, the NASA Past Performance Database andreferences known to the A&E Board will be checked as deemed necessary.Instructions forcompleting the Past Performance Questionnaires are contained on the form.This is not a request for proposal. Rather firms are being invited to demonstrate theirability to meet the above requirements. Negotiations leading to award will be conductedin accordance with FAR 36.606.The staffing level for contractor/subcontractor personnelto be located on-site at MSFC will be subject to negotiations with the selected A-Econtractor. The above services are not set-aside for Small Business or Small-Disadvantaged Businessfirms.It is anticipated that a fixed price/IDIQ contract with a one-year base and four one-yearoptions will be awarded for the base scope. The estimated start date of the contract isSeptember 2009. Submissions must be received at the address shown below no later than 3:00 pm, Local Timeon July 21, 2009, in order to be considered. This notice is intended to providesufficient information for preparation of a Standard Form 330.All firms that respondmust submit their Standard Form 330 based on information contained in this notice andshould not contact MSFC officials by letter or by telephone to request additionalinformation. The address for submission including regular and express mail as well asovernight packages is: Mary Dobbins/DFSIMail Code PS32, Building 4250, Room 36A NASA George C. Marshall Space Flight Center MSFC, AL 35812 All contractual and technical questions must be submitted in writing (email or Fax) toMary E. Dobbins/DFSI, Fax 256-544-9162; e-mail mary.e.dobbins@nasa.gov not later than3:00 pm, Local Time on July 1, 2009. Telephone questions will not be accepted. The duedate for responses is not extended. Document related to this procurement will beavailable over the Internet. These documents will reside on a World Wide Web (WWW)server, which may be accessed using a WWW browser application. The Internet site, or URL,for the NASA/MSFC Business Opportunities home page ishttp://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62. Potential offerors areresponsible for monitoring this site for the release of the solicitation and anyamendments. Potential Offerors are responsible for downloading their own copy of thesolicitation and amendments (if any).It should be noted that an audit will performed by the Defense Contract Audit Agency(DCAA) of the successful proposal and that the Offeror is required to have an approvedaccounting system.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GMSFC/POVA/AE2-09/listing.html)
 
Record
SN01823677-W 20090522/090521003511-0f0db9bf72aa0ca5063bfaa97fa6cb6b (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.