Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2003 FBO #0602
SOLICITATION NOTICE

C -- Architect-Engineer (A/E Services: Environmental)

Notice Date
7/22/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
F30602-03-R-5004
 
Response Due
8/21/2003
 
Point of Contact
Janet Olson, Contract Specialist, Phone 315/330-4752, Fax 315/330-8081,
 
E-Mail Address
olsonj@rl.af.mil
 
Description
Architect-Engineer (A-E) specializing in Environmental Services is required for design of miscellaneous environmental compliance projects and supporting services at the Air Force Research Laboratory, Rome Research Site and various remote sites (Newport, Stockbridge, Verona, Ava, and Youngstown - all located in New York State). A Firm-Fixed Price Indefinite Delivery/Indefinite Quantity (A-E) contract will be issued for a period of one year with four option years. Performance period will be a basic, one-year contract plus four option years. It is anticipated that two A&E contracts will be awarded from this advertisement. Projects will be issued to contractor by delivery orders. It is anticipated that no delivery order will exceed $299,000 and that the cumulative amounts of all delivery orders will not exceed $350,000 for any year or option period. Design services required will be in conjunction with environmental compliance type projects, including preparation of drawings, specifications, estimates, and schedules. A-E services should include capability to respond to emergency chemical/petroleum spills for containment and/or removal, emergency air sampling, and hazardous waste/material identification and removal. A-E services should have ability to coordinate emergency responses with local authorities (Local Fire Departments, Hazardous Material Teams, State and Federal Agencies, etc). Various types of A-E Services such as site and/or building investigation, inspection, and testing (air, drinking water, asbestos, lead, PCBs, etc), preparation of studies and reports may also be needed as related to project design. Projects could include various combinations of disciplines such as Natural/Cultural Resource Surveys (Wetlands Inventories, Threatened/Endangered Species Surveys, Archeological/Historical Surveys, and Timber Surveys), as well as an ability to work the National Environmental Policy Act (NEPA) process. However, it is the intent of this solicitation to choose two distinct specialists to focus on Environmental Compliance Projects. The minimum task to be issued under the contract will be the value of the first delivery order. Selection of firm for negotiation shall be through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required. The significant evaluation factors in particular order of relative importance are: (1) Past performance on environmental compliance projects. (2) Specialized experience and technical competence in the submitted areas of expertise. (3) Capacity to accomplish work in the required time. A prompt response to requested services is required. The Government reserves the right to require the contractor to respond within 2 hours to emergency requests. (4) Qualifications of the staff and consultants that will perform the actual work. (5) Location (availability and proximity) of firm relative to the geographic area of consideration. Evaluation standard will be a 200 mile radius from the Air Force Research Laboratory/Rome, NY. (6) Capacity, capability and expertise to submit all project documentation in electronic format, including but not limited to the generation of plans, reports, specifications, cost estimates, schedules, spreadsheets, etc. (7) Volume of work previously awarded to the firm by the Department of Defense (DoD) in the last 12 months with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms. NAICS CODE: 541330. Size Standard: $4.0M. In accordance with DFARS 252.204-704 "Required Central Contractor Registration (CCR)," Contractor(s) must be registered in CCR prior to award. Registration may be accomplished at : http://www.ccr.gov or 1-888-CCR-2423, fax 1-269-961-7243. If acceptable packages are received from 8(a) or HUBZONE firms, the government reserves the right to do an 8(a) Set Aside or placement with a HUBZONE contractor. Include the following statement in submitted Section 10, Standard Form (SF) 255?s: "This firm/joint venture has been awarded $xxx,xxx of DoD fees in the twelve months preceding the date of this SF255." Firms that meet the requirements described in this announcement are invited to submit their completed Standard Forms 254/255 to the attention of Ms. Janet M. Olson/Air Force Research Laboratory/IFKO, 26 Electronic Parkway, Rome NY 13441-4514. This is not a request for proposal. The SF 254/255?s must be received before 4:00 P.M. EDT 21 AUG 2003 to be considered for selection.
 
Record
SN00377458-W 20030724/030722213513 (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.