Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2010 FBO #3037
SOLICITATION NOTICE

C -- Architect/Engineering Services Preparation National Environmental Policy Act(NEPA) Environmental Planning Doc/Environ Studies Various Navy/Marine Corps Activities, Pacific Basin/Indian Ocean Area

Notice Date
3/17/2010
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N6274210R1801
 
Response Due
4/16/2010
 
Archive Date
5/1/2010
 
Point of Contact
Velma Wong (808) 474-5720
 
Small Business Set-Aside
N/A
 
Description
THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION REQUIRED ON YOUR STANDARD FORM (SF) 330 SUBMITTAL DOCUMENTS IS CONTAINED HEREIN. THIS PROPOSED CONTRACT IS A FULL AND OPEN PROCUREMENT. The NAICS is 541330 ($4.5 million in annual receipts). Large business firms who are short-listed will be required to submit a subcontracting plan prior to being interviewed. Each firm's past performance and performance ratings will be reviewed during the evaluation process and can affect the selection outcome. A-E firms shall provide their DUNS, CAGE, CCR and ACASS numbers on the SF330. The contract will require the selected firm have on-line access to E-mail via the Internet for routine exchange of correspondence. The required services include, but are not limited to, Architect-Engineer environmental planning services in the preparation of National Environmental Policy Act, NEPA documents; environmental studies and technical services related to such documents as may be requested by various Navy and Marine Corps activities within the Pacific Division at various locations under the cognizance of the Naval Facilities Engineering Command, Pacific, NAVFAC Pacific and may include services for other Department of Defense or Federal agencies. The services may include, but not limited to, preparation of environmental impact documents to support strategic forward basing initiatives and other projects, environmental studies of various types normally used by the U.S. Navy, and technical services related to such documents and studies. Examples of projects could include preparation of technical reports including conducting engineering investigations and concept studies, or feasibility assessments to obtain sufficient site date to determine the environmental impacts of a proposed action; preliminary site assessment study, which may require additional analyses, topographic, geotechnical, hazardous materials, infrastructural; home basing of aircrafts and ships; new construction, renovation, demolitions; Base Realignment and Closure, BRAC actions; management of military training ranges; operationally related actions such as air wing training, at sea training, ship shock trials; joint training exercises, new weapons systems introductions; routine training exercises; supporting studies for Record of Categorical Exclusions, Environmental Assessments, Draft and Final Environmental Impact Statements such as flora and fauna studies; land managemen! t plans and studies; cultural studies and consultations; noise, air and water surveys; traffic surveys; hazardous waste impact studies; socio-economic impact studies; wetland delineation and mitigation plans; environmental justice analyses; water quality studies, including chemical and physical analysis of dredged material and bioassays; public involvement strategies; life cycle cost analyses; land use compatibility plans; range hazard analyses; at-sea acoustic analyses; marine resource assessments; marine mammal density estimates; letters of authorization and incidental harassment authorizations; essential fish habitat assessments; and general planning studies. All work shall be performed in accordance with all applicable Federal, State, and local policy, guidance, regulations, and laws including, but not limited to: National Environmental Policy ActNEPA, the Ocean Disposal Act, the Clean Water Act, CWA, the Clean Water Act, CWA, the Safe Drinking Water Act, SDWA, the Clean Air Act, CAA, the Coastal Zone Management Act, CZMA, the Endangered Species Act, ESA, the Marine Mammal Protection Act, MMPA, the National Oil and Hazardous Substances Pollution Contingency Plan, NCP, Resource Conservation and Recovery Act, RCRA, the Oil Pollution Act of 1990, OPA 90, the Toxic Substances Control Act, TSCA, and the Hazardous Materials Transportation Uniform Safety Act, HMTUSA. The Contractor shall also comply with the requirements of the most current issue of the Navy Environmental and Natural Resources Program Manual, OPNAVINST 5090.1B, Overseas Environmental Baseline Guidance Document, applicable Final Governing Standards and Navy Facilities Engineering Command design manuals and other authorized instructions. Many military areas of work anticipated under this contract will not allow the entry of aliens. The field crew of the A-E shall be composed of U.S. citizens who can qualify for access to these areas. The A-E shall also be able to provide personnel who have the capability to obtain Secret Clearance and facilities and equipment to manage classified documents. The contract will be a Fixed Price Indefinite Quantity/Indefinite Delivery type where the work will be required on an as-needed basis during the life of the contract providing the Government and Contractor agree on the amount. The Government will determine the contract task order amount using the negotiated contract rates and negotiate the effort to perform the particular project. The contract will be for a base period and, the Government reserves the option to extend the contract for, an additional four years, or to the extent that the maximum contract total of $50Mil is not exceeded. The Government guarantees a minimum amount of $50,000 for the base year contract. There will be no future synopsis in the event the options, included in the contract are exercised. Estimated date of contract award is August 2010. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. The following selection evaluation criteria, listed in relative order of importance, will be used in the evaluation of A-E firms: (1) Professional qualifications (e.g. education, experience, professional registrations) of the offeror's staff in National Environment Policy Act, NEPA environmental impacts analyses, studies, assessment and mitigation, for strategic basing initiatives, such as home basing of aircraft, home basing of ships, Base Realignment and Closure, BRAC actions and operationally related actions, such as air wing training, at sea training, ship shock trials, joint training exercises, new weapons systems introductions, military training ranges, and routine training exercises, for the U.S. Department of Defense, in particular, the U.S. Navy in the Pacific Area. The professional qualifications of the firm's staff will be weighted more heavily than that of the team subcontractors' staff; (2) Specialized recent experience and technical competence of the firm and its subcontractors in the application of Federal, State, local, and overseas regulatory requirements of the NAVFAC PACIFIC AOR to NEPA and other environmental impact analysis projects for strategic basing initiatives, such as home basing of aircraft, home basing of ships, and Base Realignment and Closure, BRAC actions and operationally related actions, such as air wing training, at sea training, ship shock trials, joint training exercises, new weapons systems introductions, military training ranges, and routine training exercises, which include specialized studies, assessment, mitigation, and community involvement activities. Specialized experience shall include, but not be limited to, air, noise, traffic, utilities, visual and aesthetic resources, socioeconomic, biological resources, cultural resources, Navy operations and associated training requirements, and demonstrated familiarity and knowledge of the NAVFAC PACIFIC AOR. The specialized experience of the firm will be weighted more heavily than that of the team subcontractors; (3) Method of operation and work production including: a. organizational structure, b. quality assurance plan, and c. ability to resource and manage a potential workload of four projects totaling $20 million at multiple locations under this contract, occurring concurrently, in addition to ongoing work for other clients; and flexibility of firm and its subcontractors in the geographical region in order to attend frequent face-to-face meetings in Hawaii and Guam and to address rapidly evolving requirements; (4) Past performance on contracts with Government agencies and! private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Location of the firm and its subcontractors in the geographical region in order to attend frequent face-to-face meetings in Hawaii and Guam and to address rapidly evolving requirements. (6) Extent to which firms identify and commit to utilize small businesses, SB, small disadvantaged business, SDB, women-owned small business, WOSB, historically underutilized business zone small business, HUB Zone SB and service disabled veteran-owned small businesses, SDVOSB in the performance of this contract, whether as a prime contractor, joint-venture, teaming arrangement or subcontractor. The government will evaluate proposals based on two subfactors: (1)The government will evaluate proposals based on two sub factors:(a)Past performance in Utilization of Small business Concerns Historical data on utilization of SB, SDB, WOSB, HUB Zone SB, and SDVOSB over the past three years showing dollar value, percentage of work (of total contract value) subcontracted to large businesses, SB, SDB, WOSB, HUB Zone SB, and SDVOSB. (2) Information on national awards received within the past three years for outstanding support to SB concerns, (3) Information showing ratings received on completed projects with regards to the firm's implementation of subcontracting plans (4) Information on any existing, planned or pending mentor-protg agreements under either the DOD or SBA Programs (5), Information on use of Community Rehabilitation Program organizations certified under the Javis Wagner O'Day Program and (6) Final SF 294's on projects completed within the past 3 years. (b)Participation of Small business concerns in this Project. Identify each sub consultant by name, discipline and size status. Advise that the Government-wide goals for the total value of all prime contract per fiscal year are 23% to SB, 5% each to SDB, WOSB and 3% each to HUB Zone SB and SDVOSB. In addition, the Naval Facilities Engineering Command FY 05 subcontracting targets in term of dollar value of subcontracts are 74.8% to SB, 15.6% to SDB, 13.92% to WOSB, 1.17% to HUB Zone SB and 0.12% to SDVOSB. The offerors are reminded that in order to receive proposal evaluation benefit as SDB or HUB Zone SB either as prime or sub consultant, proposed SDB's and HUB Zone SB must be certified by the Small Business Administration. Prime contractors may determine whether a prospective sub consultant is a certified SDB or HUB Zone by accessing the Central Contractor Registration (CCR) at www.ccr.gov.The offeror is reminded that in order to receive proposal evaluation benefit as SDB or HUB Zone SB either as prime or sub consultant, proposed SDB's and HUB ZoneSB's must be certified by the Small Business Administration. Prime contractors may determine whether a prospective sub consultant is a certified SDB or HUB Zone by accessing the Central Contractor Registration, CCR at www.ccr.gov. A-E firms that are interested and meet the requirements described in this announcement are invited to submit three, 3 complete, updated Standard Form, SF 330, Architect Engineer and Related Services Questionnaire for Specific Project plus one electronic copy, CD-ROM or 3-1/2' diskette, to the Naval Facilities Engineering Command, Acquisition Department, Pacific Environmental Contracts Division, ACQ32:Velma Wong by 4:00 p.m. HST, on 16 April 2010 at the following address: (1) Postal Mailing Address: NAVFAC Pacific ACQ32:VW, 258 Makalapa Drive, Suite 100, Pearl Harbor, Hawaii 96860-3134; (2) If hand carrying: NAVFAC Pacific, ACQ32:VW, 4262 Radford Drive, Building 62, Honolulu, HI 96818-3296. Label lower right corner of outside mailing envelope with 'A-E Services N62742-10-R 1801'. A-E firms utilized by the prime A-E must also submit completed Standard Forms 330. Submit three, 3 hardcopy of each form plus one electronic copy CD-ROM or 3 1/2' diskette. Facsimile and electronic submission of Standard Forms 330 will not be accepted. All Standard Forms 330 and electronic copy, CD-ROM or 3-1/2' diskette will not be returned. This is not a request for a proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274210R1801/listing.html)
 
Record
SN02094456-W 20100319/100317234432-e3d5bb276dbb4638329fc85c3c50b173 (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.