Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2015 FBO #4983
DOCUMENT

C -- A-E Services-Environmental Investig. Permit Applications, Related Studies, Various Navy/Marine Corps Activities, Pacific Basin/Indian Ocean Areas - Attachment

Notice Date
7/14/2015
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
 
Solicitation Number
N6274215R1800
 
Response Due
7/29/2015
 
Archive Date
8/13/2015
 
Point of Contact
Velma Wong 8084745720
 
Small Business Set-Aside
Total Small Business
 
Description
This modification corrects Selection Criteria #1, provides a revised Statement of Work and addresses Questions received for this solicitation. The following selection criteria, are listed in descending order of importance, will be used to evaluated the qualifications of the A-E firms. 1) The professional qualifications and past performance of the prime contractor s key personnel will be weighted more heavily than that of the team sub-contractors. More importance shall be placed on the following environmental engineering fields: Potable water; industrial and domestic wastewater; storm water; oily waste; solid waste; dredged material and pollution prevention. 2) Specialized recent experience (within the last 5-years) and technical competence of the firm or its particular staff members will be evaluated in demonstrating experience with federal, state, territory and local regulatory requirements, and overseas environmental governing standards, and Navy and other applicable DoD instructions of the Naval Facilities Engineering Command, Pacific (NAVFAC PAC) area of responsibility (AOR) in the following environmental services: a)Potable water utility assessments; b)Wastewater utility assessments; c)Potable water sanitary surveys; d)Sludge handling and disposal management; e)Storm water investigations, permit and management, including low impact development (LID) planning; f)Oily waste, treatment, recycling and disposal; g)Spill prevention and response planning; h)Potable water utility system vulnerability assessments and emergency response planning, i)Hydro-geological modeling; j)Air/ozone-depleting substances (ODS) inventory, permit, modeling and management plan; k)Pollution prevention (P2); l)Solid waste utility system assessment and management plans; m)Hazardous waste management; n)Dredged material; and o)Surveying and cadastral. More importance will be placed on the following environmental engineering fields: Potable water; industrial and domestic wastewater; storm water; oily waste; solid waste; dredged material and pollution prevention. The specialized recent project experience and technical competence of the prime firm will be weighted more heavily than that of the team subcontractors. 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. The Government 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 past customer/clients. 4) Capability to deliver on-schedule, high quality work products assuming a workload of six projects totaling $2 Mil 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 projects; and familiarity and knowledge of the geographic region within the NAVFAC Pacific AOR. Both primes and sub consultants should also provide the following information: Company Name Address Phone Fax: POC: Email: CCR: CAGE: DUNS: Business Size QUESTIONS AND ANSWERS FOR SOLICITATION N62742-15-R-1800: Question 1: Selection criteria #1 of the solicitation states, The qualifications of the offeror s staff proposed key personnel shall include the environmental engineering fields of potable water, industrial and domestic wastewater, storm water, oily waste and dredged material. Selection criteria #2 states, More importance will be placed on Potable water, industrial and domestic wastewater, storm water, solid waste and pollution prevention. Is the difference in selection criteria intentional? Selection Criteria #1 Personnel Qualifications: Potable water Industrial and domestic wastewater Storm water Oily waste Dredged material Selection Criteria #2 Project Experience Potable water Industrial and domestic wastewater Storm water Solid waste Pollution prevention ANSWER: Selection Criteria #1 has been corrected and is now consistent with selection Criteria #2. QUESTION 2: The last paragraph of the solicitation states, A-E firms utilized by the prime A-E must also submit complete Architect-Engineer Qualifications and resumes. Does this mean that the sub consultant should submit a separate SF330 submittal, rather than integrating their sections into one SF330 submittal with the prime consultant? ANSWER: An integrated submittal is acceptable. Question 3: In the paragraph starting Typical work will involve services to support the Navy it mentions references (d) to (g). The references listed in the separate Statement of Work document goes only up to (f). Is there a reference (g)? ANSWER: Reference(g) is not applicable and was removed. Question 4: Second to the last paragraph: A-E firms meeting the requirements described in this announcement are invited to submit, SF 330, (3) hard copies, Architect-Engineer and Related Services Questionnaire for Specific Project plus one (1) CD electronic copy to the Commander, NAVFAC PACIFIC, . Is the Architect-Engineer and Related Services Questionnaire for Specific Project SF 255. Do you need both SF 330 and SF 255? Or would SF 330 be adequate because it replaces the older SF 255 form? ANSWER: A-E submittals are requested on SF 330s. Question 5: Last paragraph: A-E firms utilized by the prime A-E must also submit complete Architect-Engineer Qualifications and resumes. Do you need the complete SF 330 forms for all the subs or just section E (Resumes of Key Personnel Proposed for this Contract) and Part II(General Qualifications) of the SF 330 form. ANSWER: A-E primes must complete SF 330 form in its entirety to include Architect-Engineer Qualifications and resumes. Sub consultants are requested to complete Section E-Resumes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274215R1800/listing.html)
 
Document(s)
Attachment
 
File Name: N6274215R1800_Rev_Statement_of_A-E_Services_72015.pdf (https://www.neco.navy.mil/synopsis_file/N6274215R1800_Rev_Statement_of_A-E_Services_72015.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6274215R1800_Rev_Statement_of_A-E_Services_72015.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: COMMANDER, NAVFAC PACIFIC ACQUISITION DEPARTMENT A-E ENVIRONMENTAL CONTRACTS, BLDG 62, 258 MAKALAPA DRIVE, SUITE 100, HONOLULU, HAWAII
Zip Code: 96860
 
Record
SN03795526-W 20150716/150714234742-6ec7fbf9667e87d852630b89279e6e26 (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.