Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2004 FBO #1003
MODIFICATION

B -- ENGINEERING SERVICES AND INCIDENTAL A-E SERVICES FOR AIR COMPLIANCE

Notice Date
5/17/2004
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Environmental Contracts Team, Attn: 02R1 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N68711-04-R-1103
 
Response Due
6/30/2004
 
Point of Contact
Chon Son, Adminitrative Contracting Officer, Phone 619.532-0763, Fax 619.532-0771, - graciela steinway, contract specialist, Phone 6195320779, Fax 6195320771,
 
E-Mail Address
chon.son@navy.mil, graciela.steinway@navy.mil.navy.mil
 
Description
*****THIS MODIFICATION TO THE NOTICE IS INTENDED TO ALERT THE INTERESTED PARTIES THAT A SITE VISIT/PRE-PROPOSAL CONFERENCE HAS BEEN SCHEDULED FOR 2 JUNE 2004. DETAILS ARE IN THE TEXT BELOW. THE SOLICITATION FOR THE PROPOSED CONTRACT TASK ORDER 0001 WILL BE UPLOADED HERE BY CLOSE-OF-BUSINESS OF 18 MAY 2004.***** This acquisition is solicited on an unrestricted basis utilizing full and open competition. The applicable NAICS code 541330, Environmental Engineering Services. A fixed price, Indefinite Delivery Indefinite Quantity (IDIQ) Environmental Multiple Award Contract (EMAC), for Air Quality Compliance at various locations in California (CA), Arizona (AZ), Nevada (NV), New Mexico (NM), Utah (UT), Alaska (AK), Washington (WA), Oregon (OR), Idaho (ID), and Montana (MT) is anticipated. This notice is a synopsis of the solicitation that will be issued on or about 14 May 2004. The objective of the solicitation is to acquire environmental engineering services and incidental architect-engineering services to various Navy and Marine Corps facilities, and other government facilities located in the above-mentioned states, to meet statutory compliance requirements for all applicable environmental laws and regulations with regard to air quality. The majority of the work will be performed in CA. The exact location of work will be identified in each contract task order (CTO). Additionally, the contract may provide air compliance support to CERCLA, RCRA, and Base Closure and Realignment (BRAC) projects. The proposed CTO 0001 requirement entails providing air quality engineering services using U.S. Marine Corps Air Station (MCAS) Yuma, AZ, as a model facility. Technical details will be provided at the site visit, which is scheduled for 2 June 2004. All participants will meet at the Avenue 3E gate of MCAS Yuma at 7:30 A.M., 2 June 2004. Offerors participating in the site visit must fax or email the following information on company letterhead no later than 14 May 2004 to Chon S. Son at 619-532-0771, chon.son@navy.mil: company name, name(s) of participant(s) and Social Security number(s), dates of birth, and U. S. citizenship status. Costs associated with participating in the site visit or responding to the solicitation will not be compensated. Services shall be provided in accordance with the current Architectural-Engineering (A-E) Guide for A-E firms performing services for SOUTHWESTNAVFACENGCOM. All references identified in the basic contract remain in full effect. The Government reserves the right to reject any or all proposals at any time prior to award; to award contract(s) to other than the offeror(s) submitting the lowest total price(s); and to award contract(s) to the offeror(s) determined to be the most advantageous to the government. Award(s) may be made without discussions or any contact concerning the proposals received. The basic contract(s) will be awarded for a base period of one year with four one-year option periods. The minimum guarantee for each basic contract awarded is $5,000. The minimum guarantee applies to the five-year term of the basic contracts. The aggregate value of CTOs issued under the basic contracts combined shall not exceed $15,000,000. Since the Government may award the basic contracts without discussions, offerors should submit proposals containing their most favorable terms. Awards will be made using Federal Acquisition Regulation (FAR) Part 15, competitive negotiation procedures. Basic contracts will be awarded to two or more responsible firms whose proposals, conforming to the solicitation, offer the "Best Value" to the Government, price and other factors considered. The Government reserves the right not to award the proposed CTO 0001 identified in this notice or to award it at a later date after award of the basic contracts. The number and dollar value of CTOs awarded under each basic contract will depend upon the results of the CTO competition conducted among the firms that receive basic contract awards. CTOs will be competed on a firm fixed price basis among basic contract awardees in accordance with FAR 16.505(b). Proposals will be evaluated based on the following evaluation factors: Factor 1 – Specialized Experience; Factor 2 – Past Performance; Factor 3 – Engineering and Management Approaches, which are of equal importance to each other; and Factor 4 – Price, which is slightly less important than any one of the other factors. When the proposal is evaluated as a whole, Factors 1, 2, and 3 combined are significantly more important than Factor 4. The importance of price will increase if offerors are considered essentially equal in terms of technical capability, or if a price is so significantly high as to diminish the value of the proposal's technical superiority to the government. Proposals shall be submitted in format as specified in solicitation Clause L-4, Proposal Submission Requirements. The solicitation will be available only by electronic media and can be downloaded free of charge via the Internet web sites at http://esol.navfac.navy.mil or http://eps.gov under pre-solicitation notice N68711-04-R-1103. Prospective offerors must register on the web sites. There will be no paper copies of the solicitation. Amendments will be posted on the web sites for downloading. It is the offerors’ responsibility to check the web sites periodically for any amendment to this solicitation. Also, offerors must be registered in the Contractor's Central Registration (CCR) web site http://www.ccr.gov. The solicitation is scheduled for release on or about 17 May 2004 and close on or about 30 June 2004. The primary POC for this solicitation is Mr. Chon S. Son at 619-532-0763, chon.son@navy.mil. Requests for additional information should be in writing and e-mailed to Chon S. Son, with copies to Ms. Graciela Steinway at graciela.Steinway@navy.mil. Requests for additional information may also be faxed to 619-532-0771, ATTN: Chon S. Son/Graciela Steinway. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (17-MAY-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 23-AUG-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N68711A6A/N68711-04-R-1103/listing.html)
 
Record
SN00650108-F 20040825/040823214130 (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.