Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2010 FBO #3263
MODIFICATION

C -- A/E Services for Environmental Investig,Permit Applications,Related Studies Water, Sewage, Wastewater (Domestic, Ind),Storm Water Sys Various Navy/Marine Corps Activities, Pacific Basin/Indian Ocean

Notice Date
10/29/2010
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N6274211R1820
 
Response Due
11/1/2010
 
Archive Date
11/16/2010
 
Point of Contact
Velma Wong (808) 474-5720
 
Small Business Set-Aside
Competitive 8(a)
 
Description
THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF-330 DOCUMENT IS CONTAINED HEREIN. THE RESULTANT CONTRACT IS A POTENTIAL 8(a) SET ASIDE PROCUREMENT. THE GOVERNMENT WILL FIRST REVIEW AND EVALUATE STANDARD FORM (SF 330) RECEIVED FROM 8(A) FIRMS AND IF THREE HIGHLY QUALIFIED FIRMS CANNOT BE IDENTIFIED, THEN (SF 330 FROM SMALL BUSINESSES WILL ALSO BE REVIEWED. THEREFORE IT IS ENCOURAGE THAT BOTH 8(A) AND SMALL BUSINESSES SUBMIT FOR THIS REQUIREMENT. The requirement is for engineering services to conduct environmental studies at various locations under the cognizance of the Naval Facilities Engineering Command, Pacific. The services may include the preparation of analytical studies, reports, management plans, technical evaluations, permit applications, preliminary engineering designs, cost estimates and supporting documents for corrective projects, and performingmonitoring/testing actions. The A-E must have or be able to obtain microbiology, toxicology and chemistry laboratory services. Projects may involve technical studies, regulatory compliance, planning, design, operation and maintenance in any one or a combination of all environmental services under Criteria 2. All work shall be performed in accordance with all applicable federal, State, and local policy, guidance, regulations, and laws including, but not limited to: (a) PACNAVFACENGCOM P-74, A-E Guide for Architect-Engineer Firms Performing Services for the Department of the Navy, Pacific Division, Naval Facilities Engineering Command of November 1992; (b) DOD 4270-1M, Construction Criteria of 1 October 1972; (c) DM-5 Series, Civil Engineering; (d) OPNAVINST 5090.1C, Change 3; (e) CINCPACFLTINST 5090.1B; (f) Overseas Environmental Baseline Guidance Document of 1 May 2007. 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 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 $5Mil is not exceeded. The Standard Industry Code for this procurement is NAICS 541330, Engineering Services and Architectural Services with an average, for the past three years, $4.5 million in annual receipts. The Government guarantees a minimum amount of $25,000 for the entire contract. There will be no future synopsis in the event the options, included in the contract are exercised. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. The following selection evaluation criteria, listed in descending order of importance, will be used in the evaluation of A-E firms, in accordance with FAR Part 36, DFARS 236 and NFAS 36.6:(1) Professional qualifications (e.g. education, experience, professional registrations) and past performance of key personnel will be evaluated by how they demonstrate their competence for satisfactory performance of the full range of environmental services required by this contract More importance will be placed on the following environmental engineering fields: Potable water, industrial and domestic wastewater, storm water, oily waste and dredged material. The professional qualifications and past performance of the prime contractor ™s key personnel will be weighted more heavily than that of the team subcontractors;(2) Specialized recent project experience and technical competence of the firm addressing Federal, State, territory, local regulatory requirements and overseas final governing standards of the Naval Facilities Engineering Command, Pacific (NAVFAC PAC) area of responsibility (AOR), in the following environmental services: (a) Potable water utility assessments (including source, treatment and distribution system investigations); (b) Wastewater utility assessments (including sewage and industrial wastewater collection, pretreatment, treatment, disposal management, and NPDES permit); (c) Sludge handling and disposal management; (d) Storm water investigations, permit and management, including low impact development (LID) planning; (e) Oily waste and used oil collection, treatment, recycling and disposal; (f) Spill prevention and response planning; (g) Potable water and wastewater utility system vulnerability assessments and emergency response planning; (g) Hydro geological modeling; (h) Air/ozone-depleting substances (ODS) inventory, permit, modeling and management plan; (i) Pollution prevention (P2);(j) Solid waste utility system assessment and management plans, recycling, and landfill closure plan;(k) Hazardous waste management; and (l) Surveying and cadastral. More importance will be place on the experience in the following environmental engineering fields: Potable water, Industrial and Domestic Wastewater, Storm Water, Oily Waste and Dredged Material. The specialized recent project experience and technical competence of the prime firm will be weighted more heavily than that of the team sub-contractors; (3) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Preference will be on past performance on contracts with Government agencies. (4) Capability to deliver on-schedule, high quality work products assuming a workload of six projects totaling $2Mil at multiple locations within the NAVFAC PACIFIC AOR occurring concurrently, in addition to ongoing work for other clients.;(5) Location of the prime firm and subcontractors in the general geographical area of the project; and familiarity and knowledge of the geographic region within the NAVFAC PACIFIC AOR. A-E firms and sub consultants shall provide their DUNS, CAGE, CCR and ACASS number and business size on their Standard Form (SF) 330. A-E submittals shall accurately complete all information requested on the SF 330, clearly and specifically includes qualifications in narrative discussion in sufficient detail, addressing each of the foregoing selection evaluation criteria, and prepared in an organized format, in order to be properly evaluated. The A-E firm and consultants selected for the resultant contract, will be required to perform throughout the contract term. This solicitation requires all interested firms to have on-line access to email via the Internet. Notifications will be via email; therefore, email addresses must be indicated on the SF 330. A-E firms meeting the requirements described in this announcement are invited to submit (3 hard copies) of a complete, updated SF 330, Architect Engineer and Related Services Questionnaire and Architect-Engineer and Related Services Questionnaire for Specific Project to Navy Facilities Engineering Command ( NAVFAC Pacific), Acquisition Department, Environmental Contracts Division (ACQ32:VW) by 2:00 p.m. HST, on 1 November 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 N62742-11-R 1820". A-E firms utilized by the prime A-E must submit complete resumes of key personnel proposed for the resultant contract in Section E. Submit three, 3 hardcopy of each form. Facsimile and electronic submission of Standard Forms 330 will not be accepted. All Standard Forms 330 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/N6274211R1820/listing.html)
 
Place of Performance
Address: COMMANDER NAVFAC PACIFIC ACQUISITION DEPARTMENT A-E ENVIRONMENTAL CONTRACTS ACQ32:VW, 258 Makalapa Drive, Suite 100, Pearl Harbor, Honolulu, Hawaii
Zip Code: 96860
 
Record
SN02319035-W 20101031/101029233636-b6e364677b2181b93defb28f35dac11d (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.