Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2010 FBO #3323
SOLICITATION NOTICE

C -- A-E Material and Waste Management Compliance Services; NAVFAC SE AOR

Notice Date
12/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Europe and Southwest Asia, PSC 817 Box 51, FPO AE, Naples, 09622-0051, United States
 
ZIP Code
09622-0051
 
Solicitation Number
N69450-11-R-0034
 
Archive Date
2/16/2011
 
Point of Contact
Jason Summers, Phone: 904-542-6932, TRACI E PICHLER,
 
E-Mail Address
jason.summers@navy.mil, traci.pichler@navy.mil
(jason.summers@navy.mil, traci.pichler@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Facilities Engineering Command, Southeast, (NAVFAC, SE) intends to award two (2) $7,500,000 Indefinite Delivery Indefinite Quantity contracts for Architect and Engineering (A-E) services for material and waste management environmental compliance support at DOD and Non-DOD Activities primarily within the NAVFAC SE area of responsibility (AOR). This solicitation is SET ASIDE FOR 8(a) CERTIFIED SMALL BUSINESSES. Firms may apply for one or both of the contracts; however, a firm will not be awarded both contracts. Firms shall indicate in BLOCK 1 of their SF 330 the contract number for which they wish to be considered. NAVFAC Southeast has an area of Responsibility (AOR) that includes the following: Alabama, Florida, Guantanamo Cuba, Andros Island Bahamas, Puerto Rico, Georgia, Louisiana, Mississippi, Texas, and South Carolina. Installations include, but are not limited to, Naval Bases, Marine Bases, Air Force Bases, and Navy and Marine Corps Reserve Centers. Both contracts may also be used at other DOD or Non-DOD facilities within the entire NAVFAC AOR; including overseas locations. These actions will be decided on a case-by-case basis approved by the contracting officer. The first contract, N69450-11-R-0034, will primarily encompass the geographic area of Louisiana, Mississippi and Texas. The second, N69450-11-R-0035, will primarily encompass the geographic area of Alabama, Florida, Georgia and South Carolina. Installations include, but are not limited to, Naval Bases, Marine Bases, Air Force Bases, and Navy and Marine Corps Reserve Centers. The two contracts will serve as a backup to each other. In the event, that a firm's capacity or ability to handle the workload is exceeded or the firm's performance is unsatisfactory to the Government, the backup contract will be utilized. Material and Waste Management - This contract will facilitate various forms of support for the following environmental programs: Hazardous Waste (HW); Solid Waste (SW); Regulated Medical Waste (RMW); Emergency Planning and Community Right to Know Act (EPCRA); Pollution Prevention (P2); Polychlorinated Biphenyls (PCBs); Asbestos-Containing Materials (ACM); Lead-Based Paint (LBP); Hazardous Material (HM, which includes the HM database management and Consolidated Hazardous Material Reutilization and Inventory Program (CHRIMP)); UXO and the operational range program; Other Environmental Liabilities (OEL) program, and miscellaneous environmental programs. Contractual assistance will include preparation of studies, permits, plans, designs, specifications, reports, cost estimates and performance of all associated engineering services. All services and documentation will conform to the following, as applicable: DOD, Navy, and Marine Corps instructions and policy; Federal, State, and Local regulations, guidelines, and policy; and the Overseas Environmental Baseline Guidance Document (OEBGD) and Final Governing Standards (FGSs). Environmental documentation may include, but is not limited to, the following: 1. HW Management Plans and studies; 2. HW Minimization Plans and studies; 3. HW Contingency and Decontamination Plans; 4. RMW Contingency and Decontamination Plans; 5. RCRA Closure and Post-Closure Plans; 6. RCRA Closure and Post-Closure Reports; 7. RCRA Site Investigations and Evaluations; 8. RCRA Part A and B Permit Applications, including all Subparts (e.g., Subpart X, etc.); 9. RCRA Research and Development (R&D) Permit Applications; 10. SW Permit Applications of all types; 11. SW Management Plans, Source Reduction Plans, investigations, and evaluations; 12. SW Resource Recovery Plans, investigations, and evaluations; 13. Recycle/Re-use Business Case Analyses; 14. HW, SW, & RMW Disposal Plans, investigations, and evaluations; 15. RMW Management Plans, investigations, and evaluations; 16. EPCRA Reports; 17. P2 Plans; 18. Pollution Prevention Equipment Program (PPEP) Inventories; 19. Environmental Quality Assessments (EQAs); 20. Internal Assessment Plans (IAPs); 21. Hazardous Material Control & Management (HMC&M) Plans; 22. Sampling and Analysis Plans; 23. Quality Assurance/Quality Control (QA/QC) Plans following Uniform Federal Policy for Quality Assurance Project Plans (UFP-QAPP) standards; 24. Health and Safety Plans; 25. Technical Evaluation Reports; 26. Sample Analysis Evaluation Reports; 27. PCB Elimination Plans; 28. PCB Management Plans; 29. Navy project documentation (MCON DD Form 1391) and witness data sketches; 30. Engineering designs following NAVFAC Work Plans and Plans &Specifications; and 31. Cost estimates. 32. Transportation Security Plans 33. Groundwater Monitoring Plans and Reports 34. Waste Stream Determinations and Profiles 35. Lead-Based Paint Remediation Plans 36. Asbestos Abatement Plans 37. Standard Operating Procedures 38. Project Work Plans 39. Explosive Safety Plans and Procedures and DDESB/NOSSA documentation The services required may include, but are not limited to, the following: site surveys; document reviews; preparation of studies providing specific strategies and recommendations; soil, water, sediment, gaseous sampling, analysis, and monitoring (including all statistical evaluations thereof); soil gas surveys; monitoring well installations/well testing; aerial and/or on-site photography; groundwater modeling and geophysical contamination migration; risk assessments and air modeling; designs for environmental closure actions, removal actions and restorations; Post Construction Award Services (PCAS) for RCRA and CERCLA environmental restorations; and range sustainment. The contract will include options for attendance at meetings or negotiations with Federal and State regulatory agencies. Laboratory Services - The A-E shall have access to an accredited laboratory or be able to perform laboratory services to include sampling, monitoring, and analytical testing for constituents in soil, water, wastewater, rinseate, groundwater, waste and other environmental compliance media as required by the individual task orders. Services may include twenty-four (24) hour laboratory testing response time for specified constituents, and then preparing an analytical report of the results (to include statistical evaluation of the data, as needed), including electronic data transfer upon the Navy request. After contract award, the A-E shall comply with the Quality Systems Documentation requirements of "Department of Defense Policy and Guidelines for Acquisitions Involving Environmental Sampling or Testing" dated November 2007 for in-house or contract laboratories to be utilized under this contract. The A-E shall ensure that all laboratories selected for use possess state or host nation certification and/or be accredited by a nationally recognized laboratory accreditation body compliant with ISO/IEC 17011:2004. The A-E shall also ensure that all laboratories selected for use have an established and documented quality system that conforms to ISO/IEC 17025:2005 along with any additional state requirements. Sustainability Services - The A-E shall provide technical consultation for sustainability services to support business procedures by continual review of long-term process improvements/efficiencies and waste minimization, while using a system approach that leverages resources to comply with EO 13423 (Strengthening Federal Environmental, Energy, and Transportation Management). Electronic Accessibility Services - The A-E shall have online access to e-mail via the Internet to facilitate routine communication and exchange of correspondence and other documentation. The A-E shall establish and maintain a site to facilitate interactive information sharing for uploading and downloading of electronic files. This site can be in the form of either File Transfer Protocol (FTP) or web HTML. Miscellaneous Services - The A-E shall provide miscellaneous services to support other requirements related to the aforementioned Navy/DOD programs and policies. Examples of such miscellaneous services include, but are not limited to, the following: GIS mapping; CADD drawing production; database implementation and/or management; website design and/or maintenance; pilot studies; audits; surveys; monitoring; inspections; production of reports; work plans; safety plans; implementation of initiatives (e.g., P2 initiatives); and assistance in planning and facilitating environmental conferences and events. Collection and management of Other Environmental Liabilities (OEL) data and Operational Range Clearance and Range Residual Removal services will be required. SELECTION PROCESS: Brooks Act and Federal Acquisition Regulations (FAR) Part 36.6 selection procedures apply. Selection will be made based on the following evaluation factors: Factor 1, Specialized Experience (SF 330, Section F); Factor 2, Professional Qualifications (SF 330, Sections E and G); Factor 3, Past Performance (SF 330, Section H); Factor 4, Scheduling and Capacity (SF 330, Section H); Factor 5, Quality Control Program (SF 330, Section H); and Factor 6, Location (SF 330, Section H); (SF 330, Part 2). Part 2 of the SF 330 may be used to assist in evaluating any of the factors. SF 330s will be evaluated to determine the most highly qualified firm based on factor responses. 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 may result in a firm being considered less qualified. All projects provided in the SF 330 (Architect-Engineer Qualifications) must be completed by the office, branch, or individual team member actually performing the work under this contract. Projects not performed by the office, branch, or individual team member will be excluded from evaluation consideration. Evaluation Factors - The A-E must demonstrate its qualifications and the qualifications of each key consultant with respect to the published evaluation factors for all services. Evaluation factors are weighted with (1) through (5) being of equal importance, and factor (6) being of lesser importance. Specific evaluation factors are: Evaluation Factor (1) Specialized Experience (SF 330, Part 1, Section F) - A-Es will be evaluated in terms of their specific project experience and specialized experience that was substantially completed within the past 5 years, and list team members who performed this work. Specialized experience in NAVFAC SE locations will be afforded more evaluation weight than experience in locations outside of the NAVFAC SE AOR. Explain both firm and team experience in performing multiple, simultaneous projects involving field investigations, surveys, evaluations and preparing studies, analyses, work plans, cost estimates, and specifications for environmental projects and other support services related to the following categories of work described below in accordance with applicable laws and regulations both domestic and overseas, including experience with the Final Governing Standards (FGS) and DOD/Navy policy and guidance: • (1)(a) Hazardous Material (including HSMS and CHRIMP); • (1)(b) Hazardous Waste; • (1)(c) Solid Waste; • (1)(d) Regulated Medical Waste; • (1)(e) Clean Water Act (CWA) and Clean Air Act (CAA) as they pertain to HM storage facilities, SW transfer and disposal facilities, RCRA transfer/storage/disposal (TSD) facilities and spill requirements; • (1)(f) Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) as it pertains to spill reporting and cleanup; • (1)(g) Emergency Planning Community Right-to-Know-Act (EPCRA) reporting; • (1)(h) Pollution Prevention Act (PPA); • (1)(i) Polychlorinated Biphenyls; • (1)(j) Asbestos-Containing Materials; • (1)(k) Lead-Based Paint; • (1)(l) Operational Range Clearance, UXO services, and Range Residual Removal • (1)(m) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility designs; and Evaluation Factor (2) Professional Qualifications (SF 330, Part 1, Section E and G) - A-Es will be evaluated in terms of the competence and experience of the key personnel and technical team proposed to accomplish this work. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise. Experience with regulatory agencies and familiarity with applicable regulations, guidance, and DOD/Navy/Marine Corps requirements relating specifically to the performance of the major categories of work described above will be evaluated. This includes: (a) active professional registration and ability to provide registration compliance as required by law, either within the firm or via consultant; (b) past experience (with present and other firms) and roles of proposed team members on the projects addressed in evaluation factor (1) above; and (c) the capability to provide qualified back up staffing for key personnel to ensure continuity of services and the ability to surge to meet unexpected project demands. Describe the firm's ability to obtain security clearances for its key and field personnel. Evaluation Factor (3) Past Performance (SF 330, Part 1, Section H) - A-Es will be evaluated in terms of past performance with NAVFAC, Navy, other DOD agencies, and private industry in terms of demonstrating long term business relationships and repeat business with Government and private customers (with emphasis on projects addressed in Evaluation Factor (1). The following elements will be evaluated with respect to past performance: • (3)(a) Past performance on contracts with Government agencies and private industry, in terms of cost control, quality of work, compliance with performance schedules, and reliability of the A&E's quality assurance, quality control, and cost programs: Document recent awards and commendations, and other performance evaluations (do not submit copies). • (3)(b) Safety: Offerors shall submit the following information, certifying their corporate health and safety performance history, for the prime and principal subcontractors. 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 the safety program. • (3)(b)(1) Experience Modification Rate (EMR): Submit the firm's insurance company EMR for the last five (5) years. If an EMR is not available for the entire five 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 the firm was not rated. The letter shall provide a point of contact (name, phone number, email address) with the insurance carrier for verification purposes. • (3)(b)(2) Citations (Federal, State and Municipal): Describe all Federal, State, and Municipal citations received in the past 5 years, corrective actions taken by the Offeror, and mitigation plans to avoid recurrence in the future. • (3)(b)(3) Safety Management Program: Offerors shall demonstrate the effectiveness of the firm's proposed safety management. Describe how the Offeror will ensure safety of prime and subcontractor personnel, who will be responsible for managing safety, and the safety reporting chain of command. Evaluation Factor (4) Scheduling and Capacity (SF 330, Part 1, Section H) - A-Es will be evaluated according to their ability to perform work as required to meet schedules, and capacity to accomplish at least 10 task orders simultaneously. Indicate the A&E's present workload and projected workload with a plan and schedule to accomplish the work, including 24-hour response services in urgent cases. Indicate any specialized equipment available (e.g., state of the art groundwater and wastewater technology, bar-coding, automatic sampling devices, tracking trend analysis, etc). Describe the firm's capacity to establish and maintain a site to facilitate interactive information sharing for uploading and downloading electronic files, tracking and scheduling events, and customizing and sharing forms. Also, describe the firm's capacity to establish and maintain a File Transfer Protocol or web HTML site for transfer of large files. Evaluation Factor (5) Quality Control Program (SF 330, Part 1, Section H) - A-Es will be evaluated on the acceptability of their internal quality control program used to assess technical accuracy in plans, studies and reports, to assure overall coordination between engineering and technical disciplines, their means of ensuring quality services from subcontractors or joint venture partners, ability of laboratories, whether internal or subcontracted, to meet all applicable federal, state, and local as well as Navy and other DOD standards; and to ensure technical accuracy and discipline coordination of plans, specifications and reports. Evaluation Factor (6) Location (SF 330, Part 1, Section H) - Location of the firm in the general geographical area of the contract as well as demonstrated knowledge of the contract AOR (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract). A-Es should demonstrate ability to support Navy and other DOD installations within the contract AOR. A-Es will be evaluated on their proximity and knowledge of state and local codes with respect to the general geographical area of the contract. CONTRACT INFORMATION: As a result of this solicitation synopsis, two contracts will be awarded to provide professional architectural and engineering services for material and waste management environmental compliance engineering support at Navy and other Department of Defense (DOD) installations. The duration of the contract will be for one (1) year from the date of an initial contract award with four (4) additional one year option periods. Each performance period will be 365 calendar days. Hourly rates will be negotiated for each calendar year (12 month period) and are independent of which option year is in effect. The total amount that may be paid under each contract (including option years) will not exceed $7,500,000 for the entire contract term. The minimum guarantee for each of the contracts for the term (including option years) is $5,000; which will be satisfied by the award of the initial Contract Task Order (CTO). The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. A-Es are not guaranteed work in excess of the minimum guarantee. 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 with the A-E performance under the subject contract. There will be no dollar limit per task order and no dollar limit per year. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. No other general notification to firms for other similar projects performed under this contract will be made. The contract will be a Firm Fixed Price Indefinite Quantity Contract. The estimated start date is 01 JUN 2011. The proposed contract is being solicited as a set aside for 8(a) certified small businesses; therefore, replies to this notice from other Small or Large Businesses shall not be considered. The small business size standard classification is NAICS 541330 ($4,500,000). All offerors 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. SUBMISSION REQUIREMENTS: Architect-Engineer Firms/Teams/JV that meet the requirements described in this announcement are invited to submit a separate completed SF 330 for the proposed contract. If an SF 254/SF 255 is submitted for this solicitation, it will not be reviewed or considered. The SF 330 shall be typed, one sided, at least 10 point font or larger, and Part I shall not exceed 40 pages. Dividers will not be included in the page count. Introductory material shall not be included in Sections E and F. A maximum of 20 resumes will be reviewed in Section E and each resume should not exceed one single sided page. A maximum of 10 projects will be reviewed in Section F and each project shall not exceed 1 pages. Section H is limited to 15 pages. As an attachment for Section D, 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. (The organization chart will not be counted as part of the page limit and the chart must be bound with the submittal to avoid separation in handling. The chart may be an oversize foldout. Note that all individuals listed in the organization chart are not required to have a resume in Section E; such as administrative or lower level engineering positions.) In addition, please provide a matrix in Section F summarizing information about the 10 projects listed in Section F including the project name, 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. Please include your DUNS, CAGE, and TIN numbers in addition to the firm name in Block 5 of the SF 330. Provide evidence of professional registration for architects, engineers, and geologists (i.e., State registration numbers). Responses are due no later than 1 FEB 2011 at 2:00 p.m. Eastern Standard Time. Responses should be sent to the following address: Mailing Address: Commanding Officer, Naval Facilities Engineering Command, Southeast, Attn: Jason Summers, Code ACQ AE/PPV, Bldg 903, Yorktown Ave, Naval Air Station, Jacksonville, FL, 32212-0030. Late responses will be handled in accordance with FAR 52.215-1. Hand carried responses will not be accepted. Electronic (E-mail, facsimile, etc.) submissions are not authorized. A-Es responding to this advertisement are requested to submit one original and four copies of the qualification statement. Inquiries concerning this project should include the solicitation number and title.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/EFAMED/N69450-11-R-0034/listing.html)
 
Place of Performance
Address: Primarily NAVFAC SE AOR, United States
 
Record
SN02351433-W 20101230/101228233847-c53d632bfb599d958dba91be793747d5 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.