Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2005 FBO #1159
SOLICITATION NOTICE

C -- Indefinite Quantity for Environmental Planning & Engineering Services for National Environmental Policy Act (NEPA) & Executive Order (EO) 12114, Environmental Effects Abroad of Major Federal Actions

Notice Date
1/26/2005
 
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-6201
 
Response Due
2/28/2005
 
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 Environmental Planning and Engineering Services for National Environmental Policy Act (NEPA) and Executive Order (EO) 12114, Environmental Effects Abroad of Major Federal Actions. The geographic area covered by this contract encompasses the Naval Facilities Engineering Command, Atlantic's area of responsibility (AOR) and the adjacent waters of the Atlantic and Pacific Oceans. The preponderance of the work on this contract is anticipated to occur within NAVFAC Atlantic's AOR, which includes the Continental United States, the Caribbean, Europe and North Africa. Taskings, however, could be assigned anywhere in the world. The documents to be prepared under this contract include: Categorical Exclusions (CATEX), Environmental Assessments (EA) and Environmental Impact Statements (EIS) under NEPA, as well as Environmental Reviews and Environmental Studies under EO 12114. The preponderance of work to be assigned under this contract will be NEPA documentation in support of proposed infrastructure-related actions. However, other tasks may be assigned. Some examples of taskings could include home basing of aircraft, home basing of ships, new construction, renovation, and Base Realignment and Closure (BRAC) actions and demolitions. General guidelines for preparation of the NEPA documentation are contained in the Council on Environmental Quality (CEQ) Regulations (40 CFR part 1500 et. seq.) and Navy Instructions as published, 32 CFR Part 775 and OPNAVINST 5090.1B. Guidance for preparing EO 12114 documents is contained in OPNAVINST 5090.1B, Appendix E. In order to complete these documents, some of the following related studies and services may be required: (1) Air Conformity Analyses under the Clean Air Act; (2) Wetland delineation and mitigation plans; (3) Cultural resource surveys (both architectural and archeological); (4) Coastal Zone Management consistency determinations; (5) Endangered Species Act Section 7 Consultations, Biologic Surveys and Biological Assessments; (6) Community Impact Studies; (7) Environmental Justice Analyses; (8) Traffic Studies; (9) Water quality studies to include chemical and physical analysis of dredge material and bioassays; (10) Storm Water Management Studies; (11) Noise impact studies; (12) Toxic and hazardous waste studies; (13) Public Involvement Strategies; (14) Life Cycle Cost Analyses; (15) Land Use Compatibility (LUC) Plans; (16) Natural Resources Surveys; (17) Translation services for CATEX/EA/EIS and Public Notices; (18) Range hazard analysis; (19) At-sea acoustic analysis; (20) Marine Resource Assessments; (21) Marine Mammal Density estimates (22) Letters of Authorization and Incidental Harassment Authorizations; and (23) Essential Fish Habitat Assessments. The contract requires that the selected firm have 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 evaluation factors for all services. Evaluation Factors (1) through (5) are of equal importance; factors (6), (7) and (8) are of lesser importance and will be used as tie-breakers among technically equal firms. Specific evaluation factors include: 1. Specialized Experience: Firms and consultants, if proposed, will be evaluated in terms of their past experience with regard to the preparation of the above listed environmental documents and related studies and their knowledge of environmental regulations pertaining to this type of work. 2. Professional Qualifications and Technical Competence of the staff assigned to this contract for the type of work addressed in Evaluation Factor #1: Firms will be evaluated in terms of the staff's active professional registration, and the capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands. 3. Ability to perform the work to schedules and capacity to accomplish up to 3 concurrent taskings per year. Firms will be evaluated in terms of impact of this workload on the staff's projected workload during the contract period. 4. Past Performance: Firms will be evaluated in past performance with respect to work quality, compliance with schedules, and cost control (with emphasis on projects addressed in Evaluation Factor 1). Firms should demonstrate long term business relationships and repeat business with Government and private customers along with appropriate points of contact. Firms should include any letters of commendation or awards. 5. Quality Control Program: Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination of plans and specifications - list key personnel responsible. 6. Firm location (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract). Firms will be evaluated on their location with respect to the general geographical area of the contract and their knowledge of local codes, laws, permits and construction practices of the area of the contract. This evaluation factor applies to the office that will perform the work and not general office locations that will not be performing work under this 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. 8. Small Business and Small Disadvantaged Business Subcontracting Plan: Firms will be evaluated on the extent to which they identify and commit to the published Small Business Subcontracting Program. The Secretary of the Navy has assigned the Naval Facilities Engineering Command goals expressed in terms of percentages of total planned subcontracting dollars for utilization of small businesses of 74.8%. Included in the SB goals are targets for: Small Disadvantaged Business (SDB) - 15.5%; Women Owned Small Business (WOSB) - 14.0%; Veterans Owned Small Business (VOSB) - 3%; Services Disabled Veteran Owned Small Business (SDVOSB) - 3%; and HUBZone Small Business - 3.1%. Large business firms shall submit their Navy-wide SF 295, Summary Subcontract Report with their SF 330. The slated firms will be required to provide a preliminary subcontracting plan (support for small business subcontracting) as part of the interview. 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 option periods. The total amount that may be paid under this contract (including option years) will not exceed $20,000,000 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 April 2005. This proposed contract is being solicited on an unrestricted basis; therefore, replies to this notice are requested from all 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 will be limited to no more than 100 single sided pages. 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, 28 February 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: Worldwide
Country: Worldwide
 
Record
SN00740687-W 20050128/050126212441 (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.