Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 12, 2003 FBO #0745
SOLICITATION NOTICE

C -- Architect-Engineering Svcs for Environmental Investigations, Permit Applications, Related Studies- Water, Sewage, Wastewater (Domestic, Industrial), Storm Water Systems Various Navy/Marine Corps Act.y

Notice Date
12/10/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Pacific, Acquisition Department, 258 Makalapa Drive Suite 100, Pearl Harbor, HI, 96860-3134
 
ZIP Code
96860-3134
 
Solicitation Number
N62742-04-R-1854
 
Response Due
12/29/2003
 
Archive Date
1/13/2004
 
Point of Contact
Velma Wong, Contract Specialist, Phone (808) 474-5707, Fax (808) 474-0746,
 
E-Mail Address
velma.wong@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Architect-Engineering Services include, but are not limited to conducting environmental studies at various locations under the cognizance of the Pacific Division, Naval Facilities Engineering Command. The services may include the preparation of reports, management plans, permit applications, preliminary engineering designs, cost estimates and supporting documents for corrective projects and performing monitoring actions. Projects involve regulatory compliance, planning, design, operation and maintenance in any one or a combination of (a) Water and Wastewater Utility Investigations and Assessment; (b) Water Source, Treatment and Distribution Systems; (c) Sewage and Industrial Waste Collection, Treatment and Disposal Systems; (d) Industrial Wastewater Pretreatment Systems; (e) Sludge Handling and Disposal Systems; (f) Storm Water Discharge Management; (g) Oily Waste Collection and Treatment Facilities; (h) Spill Prevention/Response Management; and (I) Water and Wastewater Utility System Security Vulnerability Assessments; Dredged Material Evaluation and Management and Aquatic Toxicity (bioassays, statistical analyses, automated dredging disposal alternatives modeling systems (ADDAMS);.Corrosion investigation and Engineering; Hydro-geological Modeling; Surveying and Cadastral. The A-E must be able to obtain microbiology, toxicology and chemistry laboratory services. 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. If asbestos or hazardous materials exist, the A-E contractor shall identify them and provide for their disposal in the required documents in accordance with applicable rules and regulations pertaining to such hazardous materials. The selected A-E may be required to participate in a pre-proposal meeting within five days of notification and provide a price proposal within ten days of the meeting. The contract will be an Indefinite Quantity/Indefinite Delivery type 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 amount. Each project contract will be a firm-fixed price A-E Task Order. The Government will determine the task order amount by using rates initially negotiated and the level of effort required to perform the particular project will be negotiated for each task order. The contract base period and each of the two option years shall not exceed twelve months. The Government reserves the option to extend the contract for an additional two years, for a total of three years, with a maximum contract limitation of $3,000,000. The Government guarantees a minimum amount of $25,000 for the contract. Should an impasse on the price occur over the initial or subsequent projects, the Government will apply the dollar value of the Government estimate for that project or projects toward the minimum guarantee. There will be no future synopsis in the event the options, included in the contract, are exercised. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. The following selection evaluation criteria, in relative order of importance, will be used in the evaluation of A-E firms: (1) Professional qualifications of the prime firm and staff proposed in the field of environmental engineering work, potable water, industrial and domestic wastewater, storm water, oily waste and dredged material. (2) Specialized recent experience and technical competence of the prime firm or particular staff members in Federal, local, and overseas regulatory requirements, drinking water, source treatment and distribution system investigations, sewage, industrial wastewater, and storm water investigation and management, dredged material management and evaluations, aquatic toxicity, (bioassay, statistical analysis, data interpretation (ADDAMS), water and wastewater utility system vulnerability assessments, oily waste treatment and spill response prevention/response planning. (3) Professional qualifications of the specialty subcontractors and staff proposed to supplement the prime firm in the field of environmental engineering work, potable water, industrial and domestic wastewater, storm water, oily waste and dredged materials. (4) Specialized recent experience and technical competence of its specialty subcontractors or their particular staff members in Federal, local, and overseas regulatory requirements, drinking water, including source treatment and distribution system investigations, sewage, industrial wastewater, and storm water investigation and management, dredged material management and evaluations, aquatic toxicity [bioassay, statistical analysis, data interpretation (ADDAMS)], water, wastewater utility system vulnerability assessments, oily waste treatment and spill response prevention/response planning. (5) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (6) Capacity to accomplish the work in the required time. (7) A-E firm's quality control practices/techniques. (8) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. (9) The volume of work previously awarded to the firm by the Department of Defense shall also be considered, with the object of effecting an equitable distribution of Department of Defense A-E contracts among qualified A-E firms and firms that have not had Department of Defense contracts. (10) Use of Small or Small Disadvantaged or Women-owned Small Business firms shall also be considered. A-E firms shall address their planned potential for usage of small business, small disadvantaged business, women-owned small business, historically black colleges and minority institutions in Block 10 of the Standard Form (SF) 255. In block 10 of the SF 255 and any addendum, state why your firm is specially qualified based on each of the above evaluation criteria. For evaluation criteria (2), provide the following information for only the staff proposed for this work using these column headings: Name, Related Projects Worked On, Year, Firm and Technical Role. Show the office location where the work will be done and describe the experience and location of those personnel who will do the work. Each firm's past performance and performance rating(s) will be reviewed during the evaluation process and can affect the selection outcome. A-E firms shall provide their DUNS, CEC, CAGE CODE and ACASS number in Block 3 of the SF255. The contract will require the selected firm to have on-line access to E-mail via the Internet for routine exchange of correspondence. THIS PROSPECTIVE CONTRACT IS A 100 PERCENT SET-ASIDE FOR SMALL BUSINESS CONCERNS. The small business size standard classification is NAICS 541330 ($4.0 million in annual receipts). If adequate interest is not received from highly qualified Small Business concerns, this solicitation will be re-synopsized on an unrestricted basis to all firms regardless of size or concern. A-E firms that are interested, and meet the requirements describe in this announcement, are invited to submit complete, updated Standard Form (SF) 254, Architect-Engineer and Related Services Questionnaire, SF 255 Architect-Engineer and Related Services Questionnaire for Specific Project. The completed forms should be submitted to the Commander, PACNAVFACENGCOM, Acquisition Department, Pacific Environmental Contracts Division (ACQ023:Velma Wong), no later than 2:00 p.m. HST, Monday, 29 December 2003, at the following address: (1) Postal Mailing Address: 258 Makalapa Drive, Suite 100, Pearl Harbor, Hawaii 96860-3134; (2) If hand carrying: Building 223, South Avenue, Pearl Harbor, Hawaii 96860. Please contact velma.wong@navy.mil before delivering since drop off site may change. Label lower right corner of outside mailing envelope with "A-E Services N62742-04-R-1854". A-E firms utilized by the prime A-E must also submit completed Standard Forms 254 and 255. Submit one hard copy of each form plus one electronic copy (3.5" Diskette or CD-ROM). Facsimile, electronic and late submission of Standard Forms 254 and 255 will not be accepted. This is not a request for a proposal.*****
 
Place of Performance
Address: Commander, Pacific Division, Naval Facilities Engineering Command, 258 Makalapa Drive, Suite 100, Pearl Harbor, Hawaii
Zip Code: 96860-3134
Country: United States
 
Record
SN00487373-W 20031212/031211091416 (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.