Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2011 FBO #3598
MODIFICATION

C -- Comprehensive Long-Term Environmental Action Navy (CLEAN) IV For Naval Facilities Engineering Command Pacific (NAVFAC PACIFIC), Pearl Harbor, Hawaii

Notice Date
9/29/2011
 
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
N6274211R1829
 
Response Due
10/6/2011
 
Archive Date
11/7/2011
 
Point of Contact
Priscilla Tamboa 808 474-5719
 
Small Business Set-Aside
N/A
 
Description
29 September 2011: See revision to EVALUATION CRITERIA (1) below. THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF330s IS CONTAINED HEREIN. This acquisition is advertised on an unrestricted basis, inviting all qualified firms to submit SF330s. NAICS 541330, $4.5M average annual receipts over the past three years. The required services include, but are not limited to Architect-Engineer (A-E) environmental technical and engineering services for Comprehensive Long-Term Environmental Action Navy (CLEAN) at various Navy and Marine Corps Activities within the Naval Facilities Engineering Command, Pacific (NAVFAC Pacific), Area of Responsibility (AOR) and may include services for other Department of Defense or Federal agencies. This requirement focuses primarily on A-E environmental technical and engineering services in support of the Department of the Navy ™s (DON) Environmental Restoration Program (ERP), which includes the Installation Restoration Program and Munitions Response Program (MRP) in compliance with the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) and other similar programs. Services may include, but are not limited to: evaluating existing site information; preparing project planning documents; performing field investigations; analyzing environmental samples; validating and evaluating analytical data; performing human health and ecological risk assessments; participating in meetings with the Navy, natural resource trustees, and regulators; providing community relations support; preparing remedial designs; performing construction oversight; and preparing project reports. Examples of the types of reports that may be produced under CERCLA include Preliminary Assessment/Site Inspection (PA/SI), Remedial Investigation/Feasibility Study (RI/FS), Remedial Design (RD), Engineering Evaluation/Cost Analysis (EE/CA), Action Memorandum (AM), Proposed Plan (PP), Decision Document (DD), and Record of Decision (ROD). Services may also include the entire suite of Munitions and Explosives of Concern (MEC) (comprised of Unexploded Ordnance (UXO), Discarded Munitions (DMM), and Munitions Constituents (MC)) investigation stages consistent with CERCLA, progressing from PA/SI to RI/FS through RD, all in accordance with DoD explosive safety regulations. MEC investigation services may include methodologies for MEC detection, clearance, removal and safety. The required services may also include environmental technical and engineering services to support various other programs such as: Underground Storage Tank; Subsurface Oil Recovery; Asbestos Abatement; Resource Conservation and Recovery Act (RCRA); Range Sustainability Environmental Program Assessment (RSEPA) for Operational Ranges; development and maintenance of the Navy Installation Restoration Information System (NIRIS); Electronic Data Management System (EDMS); web page development and maintenance; Geographic Information System (GIS) and graphic support. All work shall be performed in accordance with all applicable Federal, State, and local policy, guidance, regulations, and laws including, but not limited to: CERCLA, the Superfund Amendments and Reauthorization Act (SARA), the National Oil and Hazardous Substances Pollution Contingency Plan (NCP), RCRA, the Oil Pollution Act of 1990 (OPA 90), the Toxic Substances Control Act (TSCA), the Hazardous Materials Transportation Uniform Safety Act (HMTUSA), 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 National Environmental Policy Act (NEPA), the Occupational Safety and Health Act (OSHA), the most recent versions of U.S. Army Corps of Engineers Safety and Health Requirements Manual, EM-385-1-1, NAVSEA Ordnance Pamphlet 5 (OP 5), Department of Defense (DoD) 6055.0-STD Explosive Safety Board (DDESB) instructions, Naval Ordinance Safety and Security Activity (NOSSA) instructions INST 8023.11 and INST 8020.15 (ESS), 32 Code of Federal Regulations (CFR) PART 179 Munitions Response Site Prioritization Protocol (MRSPP), DoD Instruction 4140.62 (MPPEH) and all other regulations, policies and guidance required for munitions investigation, identification, removal, handling, storage, disposal, documentation, audit, and safety. 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), the NAVFAC Pacific Installation Restoration Program Project Procedures Manual, NAVFAC 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 contract will be a Cost-Plus-Incentive-Fee (CPIF), Indefinite Quantity/Indefinite Delivery (ID/IQ) type contract 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 target cost. The Government will determine the target cost for each task order using the negotiated contract rates and may negotiate the effort to perform the particular project. The maximum fee is established at 15% and the minimum fee is established at 1%. The maximum and minimum fee amounts are established for the life of the contract. The target fee and the share formula will be established on an individual task order basis. The contract term will be a one-year base period and four, one-year option periods, or a ceiling of $85,000,000, whichever occurs first. The Government reserves the right to exercise an option period without posting a synopsis on the FBO website. The minimum guarantee for the contract will be $100,000. Estimated date of contract award is January 2012. It is anticipated that the task order minimum amount will be $50,000 and the maximum will be $3,000,000. Proposals may be subject to an advisory audit performed by the Government ™s audit agency. The following evaluation criteria, listed in descending order of importance, will be used in the evaluation of the SF 330s. Please do not submit additional information in Section H unless specified below. Any additional information will not be considered. (1) Specialized recent (within the past 5 years) experience and technical competence of the prime firm and its subcontractors with application of Federal, State of Hawaii, Guam, and Local regulatory requirements in: Characterizing the identity and extent of hazardous substance contamination or MEC on environmental restoration sites; assessing the human health and ecological risks and hazards associated with the contamination or MEC at the environmental restoration sites; determining effective, cost efficient methodologies for site remediation and preparation of the following documents for environmental restoration sites: PA/SI, RI/FS, RD, EE/CA, AM, PP, DD, ROD and ESS; preparing Environmental Condition of Property (ECP) reports and Phase I and II Environmental Site Assessments (ESAs), on Navy Environmental Restoration program sites in the Hawaii, Guam, Pacific Ocean and the NAVFAC Pacific AOR. NOTE: Specialized recent experience and technical competence of the prime firm or particular members of the prime firm will be given more consideration than that of a subcontractor ™s. SUBMISSION REQUIREMENTS: SF330, Part 1, Section F. Provide a maximum of ten (10) relevant and completed projects, of which, a minimum of one but no more than two projects are predominantly MEC related. Projects submitted must have been completed within the past 5 years. If more than ten projects are submitted for evaluation, the Government will evaluate the first ten projects. A project is defined as either a stand-alone contract or a single task order under an IDIQ contract. Projects which have reached 100% technical completion (i.e., 100% of technical requirements have been fulfilled) within the past five years may be submitted. Projects submitted for consideration shall have reached 100% technical completion within the past five years. (2) Professional qualifications and experience of key personnel with application of Federal, State of Hawaii, Guam, and Local regulatory requirements in: Characterizing the identity and extent of hazardous substance contamination or MEC on environmental restoration sites; assessing the human health and ecological risks and hazards associated with the contamination or MEC at the environmental restoration sites; determining effective, cost efficient methodologies for site remediation and preparation of the following documents for environmental restoration sites: PA/SI, RI/FS, RD, EE/CA, AM, PP, DD, ROD and ESS; preparing Environmental Condition of Property (ECP) reports and Phase I and II Environmental Site Assessments (ESAs), on Navy Environmental Restoration program sites in the Hawaii, Guam, Pacific Ocean and the NAVFAC Pacific AOR. The key personnel identified for the proposed contract are: Program Manager, Deputy Program Manager/Technical Director, Project Managers (include three Project Manager resumes), Senior Project Scientist, Senior Risk Assessor (Ecological and Human Health), Quality Assurance Manager (QAM), and Health and Safety Manager. NOTE: The evaluation will consider relevant experience, education, training, and professional registration. The professional qualifications and experience of the prime firm ™s staff will be given more consideration than that of a subcontractor ™s. SUBMISSION REQUIREMENTS: SF330, Part 1, Section E. Complete one Section E for each key personnel, providing all requested information. For Section E, Block 13, specify the proposed role of the key personnel for this contract. Provide a maximum of five (5) relevant and completed projects. Projects submitted must have been completed within the past 5 years. (3) Performance on recent (within the past five years) contracts for similar type work, e.g. application of Federal, State of Hawaii, Guam, and Local regulatory requirements in: Characterizing the identity and extent of hazardous substance contamination or MEC on environmental restoration sites; assessing the human health and ecological risks and hazards associated with the contamination or MEC at the environmental restoration sites; determining effective, cost efficient methodologies for site remediation and preparation of the following documents for environmental restoration sites: PA/SI, RI/FS, RD, EE/CA, AM, PP, DD, ROD and ESS; preparing Environmental Condition of Property (ECP) reports and Phase I and II Environmental Site Assessments (ESAs), on Navy Environmental Restoration program sites in the Hawaii, Guam, Pacific Ocean and the NAVFAC Pacific AOR, with Government agencies and private industry in terms of quality of work, cost control, and compliance with performance schedules. SUBMISSION REQUIREMENTS: SF330, Part 1, Section H. For each relevant project submitted for Criterion (1) Specialized Recent Experience and Technical Competence, submit a DD2631, Performance Evaluation (Architect-Engineer). If a DD2631 is not available, provide a Performance Survey (download from NECO, https://neco.navy.mil) and submit the survey with the SF330. The Performance Survey shall be from the contracting agent and/or their representative responsible for contract administration. It shall not be from a prime contractor to a subcontractor. The information provided in the SF330 may provide the major portion of the information used in the Government ™s evaluation for past performance. The Government, however, is not restricted to the information provided by the firm and may use other sources to assess past performance information such as the Past Performance Information Retrieval System (PPIRS), Architect-Engineer Contract Administration Support System (ACASS) and inquiries with previous customers/owners. (4) Capacity to accomplish the work in the required time. SUBMISSION REQUIREMENT: SF330, Part 1, Section H. Describe the firm ™s ability to complete multiple large and small task orders concurrently. Indicate the firm ™s current workload and the availability of the project team (including sub-consultants) for the specified contract performance period. (5) Quality Control Program SUBMISSION REQUIREMENT: SF330, Part 1, Section H. Briefly describe the prime contractor ™s management system being implemented to ensure quality in its processes, products, and services. Include how the program extends to subcontractors, including laboratories and drillers. (6) Location in the general geographical area of the project and knowledge of the locality of the project (e.g., Hawaii, Guam and other areas in the Pacific Ocean) SUBMISSION REQUIREMENTS: SF330, Part 1, Section H. Indicate location of the office that will be performing the work, including sub-consultants ™ offices. Describe and illustrate the team ™s knowledge and familiarity of the geographical area (e.g., Hawaii, Guam, and other areas in the Pacific Ocean). (7) Small Business Utilization. Extent to which firms identify and commit to small business (SB), small disadvantaged business (SDB), women-owned small business (WOSB), historically underutilized business zone small business (HUBZone SB), historically black college or university and minority institution (HBCU/MI) and service disabled veteran-owned small business (SDVOSB) in performance of this contract, whether as a joint venture, teaming arrangement, or subcontractor. The Government will evaluate submissions based on two Sub-factors: (A) Past performance in Utilization of Small Business Concerns and (B) Participation of Small Business Concerns in this Project The Government will evaluate firms as follows: In support of Sub-factor (A), (1) the A-E firm shall provide historical data on utilization of SB, SDB, WOSB, HUBZone 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, HUBZone 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-protégé 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 ISR ™s on projects completed within the past 3 years. In support of Sub-factor (B), the A-E firm shall submit a Subcontracting Plan that shall identify each sub consultant by name, discipline and size status. In addition, the Naval Facilities Engineering Command ™s FY 12 subcontracting targets in term of dollar value of subcontracts are 66.41% to SB, 16.76% to SDB, 14.85% to WOSB, 8.63% to HUBZone SB and 2.88% to SDVOSB. The A-E firms are reminded that in order to receive proposal evaluation benefit as SDB or HUBZone SB either as prime or sub-consultants, proposed SDB ™s and HUBZoneSB ™s must be certified by the Small Business Administration. Prime contractors may determine whether a prospective sub-consultant is a certified SDB or HUBZone by accessing the Central Contractor Registration (CCR) at www.ccr.gov. Large business firms who are slated will be required to submit a subcontracting plan prior to being interviewed. SUBMISSION REQUIREMENT: SF330, Part 1, Section H. (8) Demonstrated commitment to sustainable business practices. Demonstrate firm ™s strategy and experience towards incorporating sustainable business practices into environmental restoration projects that support the goals in Executive Orders 13514 and 13423 and the DoD ™s Green and Sustainable Remediation Memorandum of 2009. SUBMISSION REQUIREMENTS: SF330, Part 1, Section H. (9) Equitable distribution of DoD work in the last 12 months. SUBMISSION REQUIREMENTS: SF330, Part 1, Section H. Provide a list of DoD contracts awarded in the last 12 months. Include dollar amount for each contract/task order awarded. Firms with multiple offices shall indicate which office was awarded the contract/task order. This solicitation requires all interested firms to have an email address. Notifications will be via e-mail, therefore, email address must be shown on the SF 330, Part 1, Section B8. A-E firms that are interested and meet the requirements described in this announcement are invited to submit complete, updated SF330 ™s. If sent via United Stated Postal Service (USPS), the submittal shall be mailed to the following address: Commander, Naval Facilities Engineering Command, Pacific, Code ACQ32:PT (N62742 11-R-1829), 258 Makalapa Drive, Suite 100, Pearl Harbor, HI 96860-3134. If sent via courier service or hand-delivered, the address is 4262 Radford Drive, Honolulu, HI 96818. Interested firms must allow sufficient time for receipt of submission by the date and time specified. A-E firms who are sub-consultants utilized by the prime A-E must submit Part II of the Standard Form 330. An original and four (4) copies of your SF 330 are required, along with one electronic copy on a CD. Should there be discrepancies between the paper and the electronic submissions, the paper copy shall govern. Firms responding to this announcement no later than 06 October 2011, 2:00 p.m. HST will be considered. This is not a request for a proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274211R1829/listing.html)
 
Record
SN02597156-W 20111001/110929235059-67c159ec57e6fefd92907e99441f8fd8 (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.