Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2004 FBO #1103
SOLICITATION NOTICE

C -- Indefinite Quantity Contract for Accomplishment of Services in support of the Navy?s Petroleum Storage Tank (PST) Program

Notice Date
12/1/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Atlantic, Headquarters, A/E Branch, 6506 Hampton Blvd Building N-26, Code AQ22, Norfolk, VA, 23508-1278
 
ZIP Code
23508-1278
 
Solicitation Number
N62470-05-R-6200
 
Response Due
1/3/2005
 
Small Business Set-Aside
Total Small Business
 
Description
ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD. Design or Engineering Services are required for an Indefinite Quantity Contract for Accomplishment of Services in support of the Navy?s Petroleum Storage Tank (PST) Program at various Stateside activities within the Naval Facilities Engineering Command, Atlantic corporate area of responsibility. The preponderance of the work will be at locations within the State of North Carolina. Projects can be categorized as studies, designs, and engineering services projects and shall include, but not limited to: requested evaluations will be in support of environmental investigations for the Navy's Petroleum Storage Tank Program and will conform to applicable DOD instructions; and EPA, State and local regulations and guidelines. Most of the work requirements are associated with underground storage tanks (USTs); however, similar services for aboveground storage tanks (ASTs) and other stationary vessels and pipelines used for storage and/or transport of POL may be required. Taskings will include the following: completion of site characterizations/assessments, corrective action plans (CAPs), and remedial designs. This requires gathering background information on specific sites, obtaining soil and/or groundwater samples, installing monitoring wells, performing pilot studies as well as any other approved tasks deemed necessary to obtain the required information to determine the site geology and hydrology so that extent of contamination, evaluation of risks, and definition of appropriate remediation measures may be accomplished. The A&E may be required to accomplish work incidental to site remediation. The contract requires that the selected firm have an on-line access to E-mail via the Internet for routine exchange of correspondence. The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluations factors for all services. Evaluation Factors (1) through (5) are of equal importance; factors (6) and (7) are of lesser importance and will be used as tie-breakers among technically equal firms. Specific evaluation factors include: 1. Specialized Experience: Identify specific Navy and DOD project experiences and specialized expertise in preparation of UST site characterizations/assessments, CAPs, contaminated groundwater studies, work plans, designs, specifications, pilot studies and cost estimates for UST site remediation and related UST closures. 2. Professional Qualifications and Technical Competence of the technical team proposed to accomplish this work in environmental, civil, cost estimating, mechanical, structural, geological and hydrological disciplines with emphasis on the interaction with UST regulators and familiarity with Federal, State, and local regulations and requirements related to USTs. The team will be evaluated on and must document their active professional engineering and geologist registrations in the applicable geographic area with emphasis in North Carolina and past experience and roles of team members on projects addressed in evaluation factor 1. 3. Capacity to accomplish the work in the required time. Demonstrate the firm's ability to manage multiple projects at various stages of completion while maintaining quality and meeting established schedules. The A&E may be required to manage up to 50 different taskings concurrently at various stages of study and design over the life of this contract, and maintain schedules for the following services: submit a final work plan 15 days after initial Notice to Proceed (NTP); and mobilize forces, complete testing on a single site, analyze results, and submit a report within 45 days after NTP. 4. Past Performance: Firms will be evaluated in terms of past performance with Government agencies and private industry in terms of demonstrated long term business relationships and repeat business with Government and private customers, and performance awards/letters of recommendations received. 5. Quality Control Program: Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy in reports, to assure overall coordination between engineering and technical disciplines, their means of ensuring quality services from their consultant laboratories; and to ensure technical accuracy and discipline coordination of plans and specifications. 6. Firm location (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract). 7. Volume of Work: Firms will be evaluated in terms of work previously awarded to the firm by DOD within the past 12 months with the objective of effecting an equitable distribution of DOD A&E contracts among qualified A&E firms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts. The duration of the contract will be for one (1) year from the date of an initial contract award with four (4) additional one year periods. The total amount that may be paid under this contract (including option years) will not exceed $5,000,000 for the entire contract term. The minimum guarantee for the entire contract term (including option years) will be satisfied by the award of the initial Task Order. The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government subject to workload and/or satisfaction of the A&E performance under the subject contract. There will be no dollar limit per task order and no dollar limit per year. No other general notification to firms for other similar projects performed under this contract will be made. Type of contract: Firm Fixed Price Indefinite Quantity Contract. Estimated start date is June 2005. This proposed contract is being solicited as 100% set aside for small businesses; therefore, replies to this notice are requested from all small business concerns. The small business size standard classification is NAICS 541330 ($4,000,000). All contractors are advised that registration in the DOD Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to register in the DOD CCR Database may render your firm ineligible for award. For more information, check the DOD CCR Website: http://www.ccr.gov. Architect-Engineer Firms which meet the requirements described in this announcement are invited to submit a completed SF 330. If the SF 254/SF 255 is submitted for this solicitation, it will not be reviewed or considered. The SF 330 should be typed and one sided. As an attachment, provide an organization chart of the proposed team showing the names and roles of all key personnel listed in Section E with the associated firm as listed in Section C. Please include your DUNS, CAGE, and TIN numbers in Block 30 of the SF 330. Provide evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., State registration number. Responses are due no later than 4:00 p.m. EST, 3 January 2005. Responses should be sent to the following address: Commander, Naval Facilities Engineering Command, Atlantic, Attn: Code AQ22E, 6506 Hampton Boulevard, Room 0126, Norfolk, Virginia 23508-1278. Late responses will be handled in accordance with FAR 52.215-1. Hand carried responses will not be accepted. Electronic (E-mail, facsimile, etc.) submissions are not authorized. Firms responding to this advertisement are requested to submit only 1 copy of the qualification statement. Inquiries concerning this project should include solicitation number and title.
 
Place of Performance
Address: Various Location, North Carolina
Country: USA
 
Record
SN00715318-W 20041203/041201212049 (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.