Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2002 FBO #0164
SOLICITATION NOTICE

C -- INDEFINITE QUANTITY ARCHITECT-ENGINEER CONTRACT FOR ENVIRONMENTAL RESTORATION PROJECTS AT VARIOUS ACTIVITIES UNDER ENGINEERING FIELD ACTIVITY, NW, NAVFACENGCOM, POULSBO, WA

Notice Date
5/13/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northwest, 19917 7th Avenue NE, Poulsbo, WA, 98370-7570
 
ZIP Code
98370-7570
 
Solicitation Number
N44255-02-R-2008
 
Response Due
6/19/2002
 
Archive Date
7/4/2002
 
Point of Contact
Jacqueline Korchak, Contract Specialist, Phone 360-396-0234, Fax 360-396-0856, - Paul Anishanslin, Supervisory Contract Specialist, Phone 360-396-0230, Fax 360-396-0856,
 
E-Mail Address
korchakjm@efanw.navfac.navy.mil, anishanslinpr@efanw.navfac.navy.mil
 
Description
THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF-254 AND SF-255 DOCUMENTS IS CONTAINED HEREIN. This is an announcement for a contracting opportunity under the Brooks Act for architect-engineering services. Federal Acquisition Regulation (FAR) 36.6 selection rules do apply. The resultant contract shall be for firm fixed-price Architect-Engineer environmental services and studies to support Engineering Field Activity, Northwest (EFANW). This announcement replaces the announcement for Solicitation No. N44255-02-R-2005 which was cancelled because there were not three or more highly qualified firms who submitted SF254s and SF255s. The effective period of the contract shall be a base year plus four option years or a total value of $12M (12 million dollars) whichever occurs first. The contract type will be firm-fixed price. This procurement will be evaluated using Brooks Act procedures and full and open competition. If the Evaluation Board finds a small business and a large business concern equally qualified and both are the most highly qualified, an award will be made to the small business concern. The NAICS code for this procurement is 541330 with a size standard of $4,000,000 for small business. The resultant contract focuses primarily on environmental restoration projects but could, to a minor extent, involve some other environmental work such as compliance, planning, and natural resource projects. The location of work to be completed under this contract may be at various locations in the United States; however, the majority of work anticipated under this contract, will be in the EFA NW area of responsibility (the states of Washington, Alaska, Nevada, Oregon, Idaho, and Montana). This contract will primarily provide environmental services as described in items a) through m) below: a) Develop and complete preliminary assessments, site inspections, remedial investigations, feasibility studies (RI/FS), record of decisions (ROD), environmental baseline surveys, action memoranda's, ecological and human health risk assessments, Resource Conservation and Recovery Act (RCRA) assessments, RCRA corrective measures studies, RCRA closure plans, b) Develop technical memoranda and reports, including, but not limited to: ROD, RI/FS, QA inspection evaluations, monitoring, testing, sampling reports, modeling, five-year reviews and response complete reports. c) Develop remedial designs, remedial action work plans, ?as-builts? drawings, statements of work specifications, construction cost estimates, reports, conduct technical reviews to ensure the design meets appropriate requirements such as record of decision, and perform quality assurance during construction activities by a registered or licensed engineer. d) Perform project management, interpretive consulting and engineering services in support of environmental activities required by all applicable laws, regulations and guidance. Applicable laws, regulations and guidance may include, but may not be limited to: Comprehensive Environmental Recovery Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), the Superfund Amendments Reauthorization Act (SARA), Resource Conservation and Recovery Act (RCRA), the Oil Pollution Act of 1990 (OPA 90), the Toxic Substances Control Act (TSCA), 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), EPA Munitions Rule, and subsequently promulgated state and local requirements such as sediment management standards, cleanup standards, waste management, and underground storage tank regulations. e) Model various contaminants, monitor for natural attenuation, and evaluate geochemical indicators in different media. Media may include, but may not be limited to: air, groundwater, surface water, the marine environment, sediments, soils, vapors, gases, liquids, aquatic, benthic or terrestrial organisms, bioassays, sludge, and various tank waste. f) Compare modeling results to the remedial action objectives that are generally outlined in the RI/FS or ROD, other applicable regulatory standards, and/or Navy guidance. g) Provide consulting services relating to munitions and explosives of concern (MEC, including abandoned munitions, unexploded ordnance, munitions scrap, and explosive soil). h) Conduct, interpret and present results of sampling and analysis for contaminants. Contaminants and investigative parameters of concern may include, but may not be limited to: metals, volatile organic compounds (VOC), semi-volatile organic compounds (SVOC), ordnance compounds, PCB/pesticides and total petroleum hydrocarbons (TPH), water levels, conductivity, redox potential, total organic carbon, dissolved inorganic carbon, dissolved oxygen, hydrogen, methane, ethane, nitrates and nitrites, ferric and ferrous iron, sulfates, and hydrogen sulfide, i) Provide technical support to the Navy for public meetings and community management requirements. j) Manage and dispose of wastes resulting from the work performed under this contract per local Navy Activity instructions. k) Provide electronic data management support, to include, but not be limited to: data validation; loading analytical data; data transfer and analysis; spatial analysis (including partial utilities maps and aerial photos); facilitating data consolidation with EFANW environmental contractors, establishing data submittal protocols, and developing GIS queries with software that can be used as an environmental management tool. l) Evaluate remedial systems and design opportunities for incorporating innovative or emerging remedial technologies and information collection technologies to maximize program efficiency, m) Evaluate Navy compliance with activity-specific institutional controls. SELECTION CRITERIA: On your SF 255, please indicate in the same box as your firm?s name and address if your firm is an 8(a), HUB-zone, small business or large business concern. The selection will be based on the following criteria with Criteria (1), (2) and (3) being the most important and equally weighted. Criteria (4) through (7) are in descending order of importance. Criteria are as follows (Note: all projects listed shall be those completed by the office/branch that will be accomplishing the work under this contract. When listing projects, indicate a point of contact, name of agency or client, accessible phone number, and a contract number, if applicable) : CRITERIA 1, PROFESSIONAL QUALIFICATIONS of the staff and sub-contractors to be assigned to this contract, which are necessary for satisfactory performance of the type of work described above. In Block 4 of the SF-255, show the entire proposed team by listing personnel employed by the prime contractor in the blanks provided and personnel from sub-consultants to the left in parentheses. In Block 7 indicate the branch office location of each team member. The prime contractor must have one or more licensed professional engineers to perform the work anticipated under this contract. Professional Qualifications of subcontractor firm personnel will be given less weight in the evaluation than prime contractor personnel under the current team structure. If teaming with another firm, indicate if your firm has had a past relationship with that firm. More weight will be given to firm?s who have a past relationship working together. CRITERIA 2, SPECIALIZED EXPERIENCE and technical competence of the proposed team in the type of work described above. Projects that were not performed by proposed prime contractor personnel and projects that were performed by prime contractor personnel while working for a different firm, will be given less weight in the evaluation than projects performed by prime contractor personnel under the current team structure. The prime contractor firm must demonstrate experience in developing and completing CERCLA RI/FSs and RODs for Federal agencies. Experience with Nevada or Washington State regulations relating to the required services discussed above is desired; however, experience with both is preferred. CRITERIA 3, PAST PERFORMANCE by the firm on projects requiring similar services to those shown above, in terms of quality of work, cost control, and compliance with performance schedules. Indicate any recent awards, recommendations, other performance evaluations, or ratings. In addition, briefly describe internal quality control and quality assurance procedures, and indicate team members who are responsible for monitoring these processes. In evaluating, the Government may consider information obtained from past and present customers, other Government agencies, current and former sub-consultants, ratings in ACASS/CCASS, and any other sources deemed necessary by the Government. CRITERIA 4, CAPACITY to accomplish the work in the required time and ability to handle multiple projects at the same time. Indicate the firm?s present and projected workload and the availability of all the proposed team members for the specified contract period. CRITIERA 5, LOCATION in the general geographical area of EFA NW and knowledge of the Navy bases under EFA NW area of responsibility; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. CRITERIA 6, COMMITMENT TO SMALL BUSINESS CONCERNS: Use of small/small disadvantaged or women-owned business firms as primary consultants or as subconsultants. (If a large business should be selected for this contract, they will be required to submit a Subcontracting Plan prior to award. NAVFAC?s targets are 62.9% for small business, 2.5% for HUBZone business, 14.5% for small disadvantaged business, 13.6% woman-owned small business, and 3% for veteran owned small business or disabled veteran-owned small business of the business to be subcontracted out). CRITERIA 7, EQUITABLE DISTRIBUTION OF WORK. List the total amount of DOD contract awards as the prime contractor within the past 12 months in Block 9 of the SF 255. Those firms that meet the requirements described in this announcement and who wish to be considered, must submit one copy each of a SF-254 and SF-255 for the firm and a SF-254 for each consultant listed in Block 6 of the firm?s SF-255. One copy of the submittal package is to be received in this office no later than 4:00 PM Pacific Time on 19 June 2002. Send submittals to Attn: Jackie Korchak, EFANW, 19917 7th Avenue N.E., Poulsbo, WA 98370. Submittals received after this date and time will not be considered. No e-mail, telegraphic or facsimile submittals will be accepted. Additional information requested of applying firms: indicate solicitation number in Block 2b, CEC (Contractor Establishment Code) and/or Duns number (for address listed in Block 3), and TIN number in Block 3, fax number and email address in Block 3a. Use Block 10 of the SF-255 to provide any additional information desired. No site visits will be allowed during this stage of the procurement. In accordance with DFARS 252.204-7004 all firms must be registered with the Central Contractor Registration (CCR) prior to any award of a contract. To obtain information on registration offerors may call 1-888-227-2423, or via the Internet at http:// www.ccr.gov.
 
Place of Performance
Address: 19917--7th Avenue N.E., Poulsbo, WA
Zip Code: 98370
Country: USA
 
Record
SN00076038-W 20020515/020513213332 (fbodaily.com)
 
Source
FedBizOpps.gov 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.