Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2010 FBO #3253
SOLICITATION NOTICE

C -- COMPREHENSIVE LONG-TERM ENVIRONMENTAL ACTION NAVY (C.L.E.A.N.) PRIMARILY IN THE MID-ATLANTIC REGION AND SOME OVERSEAS LOCATIONS

Notice Date
10/19/2010
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
N62470 NAVFAC ATLANTIC Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N6247010R3012
 
Response Due
11/19/2010
 
Archive Date
12/4/2010
 
Point of Contact
Jen McDonald 757-322-8154
 
Small Business Set-Aside
N/A
 
Description
ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD. This procurement is for Architect-Engineering (A-E) Services, Environmental Engineering Support Services for Comprehensive Long-Term Environmental Action Navy (CLEAN) primarily in the Mid-Atlantic Region and some overseas locations. The general scope of this requirement covers architectural and engineering services to provide program management and technical environmental services in support of the Department of the Navy ™s (DON) Environmental Restoration Program (ERP), Munitions Response Program (MRP), and other similar programs at any Navy and Marine Corps activity in the area of responsibility covered by NAVFAC Atlantic. The principal geographical regions encompassed by this contract include the states of Maryland, North Carolina, Virginia, West Virginia, Vieques, the area of the District of Columbia, and to a lesser extent Europe and DOD installations nationwide and overseas. The contractor may also, on occasion, be tasked to provide services described herein to any Department of Defense or other Federal agency activities. Firms shall provide a full range of A-E environmental services for program management and technical services including (a) Those in support of the Defense Department's Environmental Restoration Program (ERP) in compliance with the Comprehensive Environmental Response Compensation and Liability Act (CERCLA) of 1980, as amended by the Superfund Amendments and Reauthorization Act (SARA) of 1986 and the Resource Conservation and Recovery Act (RCRA) of 1976. Support of Navy and Marine Corps Base Realignment and Closure (BRAC) efforts are also included. Services include, but are not limited to: performance of site management plans, community relation plans, preliminary assessments, site inspections, remedial investigations, feasibility studies, RCRA facility investigations, corrective measures studies, interim measure plans, remedial and removal action designs, environmental assessments, risk assessments (both human health and ecological), contamination characterization, sampling, laboratory testing, presentations at restoration advisory boards (RABs), participation on partnering teams with regulators, operation and maintenance support, GIS development and maintenance, documentation preparation for facility support contracts and Title II management of implementation of remedial action (including subcontract award and management); with emphasis on the accelerated schedules and increased sensitivity, visibility, and regulatory, political and community concerns at Naval and Marine Corps installations; (b) Those in support of Munitions Response Program (MRP). Services include the entire suite of UXO investigation stages consistent with CERCLA: progressing from a preliminary assessment/site investigation to a remedial investigation/feasibility study through the remedial design, all in accordance with explosive safety standards. Services also include methodologies for UXO detection, clearance, removal and safety; (c) Those in support of addressing large and/or complex POL sites with multiple sources and distribution lines, including assessment characterization, testing monitoring, and remedial action design and oversight; (d) Those in support of assessments, studies, investigations, and remedial designs that include other environmental programs such as air, water, waste water, solid waste, asbestos and hazardous substance/waste management and complex compliance requirements requiring the integration of knowledge from several media and statues in US and abroad; (e) Those in support of expedited response actions; (f) Those in support of the R.S.E.P.A (Range Sustainability Environmental Program Assessment) program. Range groundwater/soil contamination, assessment and investigation considering all pathways; and (h) Those in support of the Navy Installation Restoration Information System (NIRIS) development and maintenance, web page development and maintenance, GIS, and graphic support. The contract requires that the selected firms have on-line access to E-mail via the Internet for routine exchange of correspondence. Attention is directed to FAR subpart 9.5 and the following provisions. An organizational conflict of interest may exist, if a firm has performed as an Environmental Response Action prime contractor and performs as a Comprehensive Long-Term Environmental Action Navy (CLEAN) prime or subcontractor at the same location. An organizational conflict of interest may also exist on a project basis for firms who have performed as prime contractors on other Navy environmental engineering contracts. Offerors are advised that NFAS 5252.209-9300 Alt I Organizational Conflicts of Interest will be included in the contract. The restrictions described herein shall apply to the Contractor and its affiliates, consultants and subcontracts under this contract. SELECTION CRITERIA Form 330 (SF-330) - The A&E must demonstrate its and each key consultant ™s qualifications with respect to the published evaluation criteria for all services with particular emphasis on work in the geographical locations as described above. Evaluation Factors (1) through (3) are considered most important and equal among themselves; factors (4) through (7) are slightly less important and equal among themselves; and factors (8) and (9) are of lesser importance and equal among themselves. Criteria 1 “ Specialized Experience (SF330, Section F & H): Demonstrate specialized experience, of the firm and/or proposed consultants, which was substantially completed in the period between January 2005 and June 2010. Demonstrate specialized experience in performing multiple, simultaneous projects involving field investigations and preparing studies/analysis/work plans/remediation oversight for environmental restoration projects and other technical support services. Demonstrate experience relating to compliance with environmental laws and regulations for CERCLA (both NPL and non NPL), RCRA, BRAC, NCP, munitions response program (MRP) and interfacing with regulatory agencies (Federal/ State/ Local/ International). Specialized experience should focus on the following areas: Maryland, North Carolina, Virginia, West Virginia, Vieques, and the area of the District of Columbia, and to a lesser extent Europe and other DOD installations nationwide and overseas. Recent experience/knowledge of permits, construction material and practices of the contracted areas should be demonstrated. Recent experience documenting innovative cleanup strategies and successful attainment of regulatory closure for CERCLA or RCRA sites should be included. A maximum of 10 projects in total will be evaluated. Criteria 2 “ Professional Qualifications (SF330, Section E & F): Professional qualifications and capabilities of the staff to be assigned to this contract must include (a) experience from January 2005 to June 2010 in environmental technical disciplines, project management, and performing field investigations and preparing studies/analysis/work plans/remediation oversight for environmental restoration projects and other technical support services. Describe experience pertaining to CERCLA, RCRA, MRP, and radiological; (b) interfacing with regulatory agencies (Federal/ State/ Local) predominantly in Virginia, North Carolina, West Virginia, Maryland, the District of Columbia, Vieques and other DoD installations nationwide and overseas; (c) expertise, experience in program management, demonstrated partnering/teambuilding skills with regulatory and similar agencies; (d) Depth of professional staff in delivery order level project manager and senior level managers. Demonstrate active professional engineering registration (s) as well as other relevant registration (s) and/or the ability to obtain in the states of VA, NC, West VA, MD, and PR. Resumes for key personnel are limited to one page each and should cite project specific experience and role in this contract. Criteria 3 “ Past Performance (SF330, Section F & H): Past performance on contracts with Government agencies and private industry in terms of cost control, overall quality of work, quality of technical data and conclusions, innovation and optimization, and compliance with performance schedules, stakeholder and customer satisfaction, management and administration of DoD contracts and reliability of the firm's quality assurance and quality control program. If the Offeror is a joint venture, information should be submitted as a joint venture. If there is no information for the joint venture, information should be submitted for each joint venture partner. Document recent awards and commendations (do not submit copies). Criteria 4 “ Safety (SF330, Section H): Contractors shall submit the following information, certifying their corporate safety and health performance history. If the Offeror is a joint venture, information should be submitted as a joint venture. If there is no information for the joint venture, information should be submitted for each joint venture partner. Offerors must demonstrate the relationship between the firms and identify each partner ™s roles and responsibilities as it pertains to their safety program. The basis for evaluation will include the Offeror ™s approach to ensuring safety of their employees as well as the quality of the overall safety record within the last five years. The offeror may also include any justification for upward or downward trends and may explain any extenuating circumstances that would have affected the results. If there are extenuating circumstances concerning your ratings or trends, provide background information and references for validation. The following elements should be addressed: 1. Experience Modification Rate (EMR): Submit your insurance company EMR for the last three years. If an EMR is not available for the entire three year period from the insurance carrier, the offeror shall provide an explanation as to why it is not available. If an offeror was not rated by the insurance carrier, submit a letter from the insurance carrier stating that your firm was not rated. The letter shall provide a point of contact (name, phone number, email address) with the insurance carrier for verification purposes. Offerors shall advise your insurance agent that the government will contact them to confirm these EMRs. 2. OSHA Lost Workday Incidence Rate (LWDIR) and OSHA Recordable Incidence Rate (RIR): a. Offerors shall submit their OSHA LWDIR for the last three years. This rate is based on an industry standard calculation: LOST WORKDAY INCIDENT RATE = (200,000 X A) B A equals the number of lost workday cases and B equals the total number of hours worked. b. Offerors shall submit their OSHA RIR for the last three years. This rate is based on an industry standard calculation: RECORDABLE INCIDENT RATE = (200,000 X C) B C equals the number of recordable incidents and B equals the total number of hours worked. 3. Citations (Federal, State and Municipal OSHA-Type): Submit copies of Federal, State, and Municipal OSHA-type citations for the last three years. Offerors shall provide a written response addressing corrective action taken by the offeror and mitigation plans to avoid recurrence in the future. Criteria 5 “ Program Management (SF330, Section H): Describe/Demonstrate the following: a.Ability to concurrently perform and manage multiple complex projects (approx 60-90 contract task orders) in different locations to meet schedules and control direct and indirect costs; b.Ability to expeditiously submit technical and cost proposals, negotiate and commence work immediately upon award of a CTO; c.Ability of the firm to coordinate and work effectively with other contractors involved in NAVFAC Atlantic programs; d.Logical identification of explicit assignment of responsibilities among corporate team members; e.Proposed location of the program management office and other key staff members, how this will be advantageous to the Government, and a detailed description of the organizational structure and how it will function. Criteria 6 “ Quality Control (SF330, Section H): Describe your corporate quality control program and your proposed approach for this contract. Further describe your process and procedures, authorities assigned to the firm ™s Quality Control Manager and how your program extends to your subcontractors including laboratories and drillers. The Quality Control program shall demonstrate knowledge of applicable regulatory requirements related to quality control. Criteria 7 “ Capacity (SF330, Section H): Describe your capacity to accomplish the work in the required time. Describe the ability of the firm to provide continuity of service, with no or minimal program disruption and cost impact, to projects initiated under existing NAVFAC Atlantic contracts. Indicate the firm's present workload and the availability of the project team (including consultants) for the specified contract performance period; and indicate specialized equipment, particularly related to state of the art technology. Include firm ™s ability to obtain security clearance(s) for its key personnel. Criteria 8 “ Volume of Work (SF330, Section H): Volume of Work: Firms will be evaluated in terms of work previously awarded to the firm by DOD within the past 12 months (November 2009 - October 2010) 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. State the dollar amount of work awarded to the firm by DoD within the past 12 months; joint ventures should list the amount awarded to the JV entity as well as the amounts awarded to individual JV members for that time period. If firm has no DoD work, firm should so state. Criteria 9 “ Small Business Goals (SF330, Section H): Firms will be evaluated in terms of their extent to identify and commit to Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), Historically Underutilized Business Zone Small Business (HUBZoneSB), Veteran-Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), and if applicable, Historically Black Colleges or Universities and Minority Institutions (HBCU/MI) in performance of this contract, whether as a joint venture, teaming arrangement, or subcontractor. The Government will evaluate proposals based on two elements: a) Past performance in utilization of small business concerns, and (b) Participation of small business concerns for this requirement. In support of element (a), all offerors shall provide historical data on utilization of SB, SDB, WOSB, HUBZoneSB, VOSB, SDVOSB and HBCU/MI. Large Business offerors shall submit three œfinal  or œmost recent  Individual Subcontracting Reports (ISRs) for similar contracts of relative size which show compliance with utilizing the various types of small business firms noted above. If subcontracting goals were not met, provide an explanation. If Individual Subcontracting Reports were not applicable to the similar contracts noted, large business offerors shall submit other documentation which shows their utilization of the various types of small business firms for the contracts. Small Business offerors shall also submit documentation which shows their utilization of the various types of small business firms for similar contracts of relative size. In support of element (b), large businesses shall submit a draft Small Business Subcontracting Plan, in which they will be evaluated on the extent to which they identify and commit to the published Small Business Subcontracting Program. The Secretary of the Navy has assigned the Naval Facilities Engineering Command goals for FY2010 in terms of percentages of total planned subcontracting dollars for utilization of small businesses. Demonstrate the plan to meet these goals: Small Business (SB) “ 65.75%, HUBZone (HUB) “8.50%, Small Disadvantaged Businesses (SBD) “ 16.51%, Women-Owned Small Businesses (WOSB) “ 14.70%, Veteran Owned Small Businesses (VOSB) “2.62%, and Service Disabled Veteran-Owned Small Business (SDVOSB) “2.62%. If a large business firm is selected for award, a Small Business Subcontracting Plan in accordance with FAR 19.6 and DFAR 219.7 will be required and incorporated into the contract award. A draft Small Business Subcontracting Plan is not required from small business offerors; however, small business offerors shall submit similar information on the extent to which they identify and commit to subcontracting to large business (LB), SB, SDB, WOSB, HUBZoneSB, VOSB, SDVOSB, and HBCU/MI if applicable in the performance of this contract. The small business size standard classification is NAICS 541330, Environmental Engineering Services ($4,500,000). The resulting contract will be a Cost Plus Award Fee (CPAF) contract for a base period of one year and four one-year option periods. The ceiling for this procurement is established at $170,000,000. The guaranteed minimum is established at $200,000.00 for the base period. The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government subject to work load and/or satisfaction of the A&E performance under the subject contract. There will be no dollar limit per task order and no dollar limit per year. The firm selected will be the most highly qualified in accordance with the evaluation criteria. The contract will be CPAF with Indefinite Delivery/Indefinite Quantity (ID/IQ) provisions. Individual contract task orders will be issued with statements of work which describe the nature of work to be performed and requirements for the period of performance. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. This proposed contract is being solicited on an unrestricted basis; therefore, replies to this notice are requested from all business concerns. All contractors are advised that registration in the DoD Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to register in the DoD CCR Database may render your firm ineligible for award. For more information, check the Dod CCR Website: http:///www.ccr.gov. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. Projects submitted in the SF-330 shall be for projects completed by the proposed team members. Projects not performed by the proposed team members will be excluded from evaluation consideration. For submittal purposes, a project may be a single contract task order, a stand-alone contract, or an IDIQ-type. It is anticipated that interviews for slated firms will be conducted in Norfolk, VA. SUBMISSION REQUIREMENTS: Architect-Engineer firms that meet the requirements described in this announcement are invited to submit a completed SF-330. The SF-330 should be typed, one sided, at least 12 pitch font or larger, and Part I shall not exceed 70 single-sided 8.5 X 11 inch pages (two 11 x 17 inch foldout sheets may be substituted for 8.5 x 11 sheets). Introductions shall not be included in Sections E and F. Please include your and all team members ™ DUNS, CAGE, and TIN numbers in Block 30 of the SF-330. Provide evidence that your firm is permitted by law to practice the professional of architecture or engineering, i.e., State registration number. Six (6) hard copies of the SF-330 and six (6) CDs shall be submitted to Naval Facilities Engineering Command, Atlantic, Code ACQ21, Attn: Jen McDonald, 6506 Hampton Boulevard, Norfolk, VA 23508. The document should be in a Microsoft file (.doc or.xls format). Responses are due no later than 19 October 2010, 2:00 p.m. local time (EDT). Late responses will be handled in accordance with FAR15.208. Hand carried responses will be accepted. Proposals will be submitted in sealed envelopes/boxes marked in the bottom right corner œN62470-10-R-3012 DO NOT OPEN IN MAILROOM. 
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247010R3012/listing.html)
 
Place of Performance
Address: NAVFAC Atlantic, 6506 Hampton Blvd, Norfolk, VA
Zip Code: 23508
 
Record
SN02313163-W 20101021/101019233857-104b0d59cff859cdb320c301c9a50593 (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.