SOLICITATION NOTICE
C -- Architect-Engineer (A-E) Services for Environmental Planning to Support Strategic Forward Basing Initiatives and Related Technical Services for Projects and Activities at Various Locations
- Notice Date
- 2/11/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Pacific, Acquisition Department, 258 Makalapa Drive Suite 100, Pearl Harbor, HI, 96860-3134
- ZIP Code
- 96860-3134
- Solicitation Number
- N62742-05-R-1870
- Response Due
- 3/14/2005
- Description
- THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT STANDARD FORM (SF) 330, PARTS I AND ll, IS CONTAINED HEREIN. This proposed contract is an unrestricted procurement. Environmental planning services include, but are not limited to, preparation of environmental impact documents to support strategic forward basing initiatives and other projects, environmental studies of various types normally used by the U.S. Navy, and technical services related to such documents and studies. The term environmental impact document, as used herein, includes but is not limited to any Scoping Document, Record of Categorical Exclusion (RCE), Environmental Assessment (EA), Overseas Environmental Assessment (OEA), Finding of No Significant Impact (FONSI), Notice of Intent, Preliminary Description of Proposed Action and Alternatives (DOPAA), draft or final Environmental Impact Statement (EIS), Record of Decision (ROD), draft or final Overseas Environmental Impact Statement (OEIS), Environmental Review, general planning document or the requirements of other governmental agencies for which Naval Facilities Engineering Command, Pacific (NAVFAC PACIFIC) may be tasked to provide environmental impact documents. Some examples of projects could include home basing of aircraft, home basing of ships, new construction, renovation, demolitions, and Base Realignment and Closure (BRAC) actions. Also included under this contract scope are: (a) any preparatory work, presentation, briefing, consultation, study, or report which may be required prior to the initiation of any environmental impact document, (b) supporting studies for RCEs, EAs, Draft EISs and Final EISs such as flora and fauna studies; land management plans/studies; cultural (historic and archaeological) studies and consultations; noise, air and water surveys; traffic surveys; hazardous waste impact studies; socio-economic impact studies; wetland delineation and mitigation plans; environmental justice analyses; water quality studies (including chemical and physical analysis of dredge material and bioassays); public involvement strategies; life cycle cost analyses; land use compatibility plans; range hazard analyses; at-sea acoustic analyses; marine resource assessments; marine mammal density estimates; letters of authorization and incidental harassment authorizations; essential fish habitat assessments; and (c) general planning studies. Related technical services may include, but are not limited to, preliminary site assessment studies, feasibility assessments, and engineering services with associated multi-discipline A-E support as required. Examples include engineering investigations, concept studies, and feasibility assessments to obtain sufficient site data to determine the environmental impacts of a proposed action. A preliminary site assessment study may require additional analyses, including topographic, geotechnical, hazardous materials, and infrastructural (roads, drainage, electrical, water, sewage, etc.) aspects of proposed actions. The Government utilizes the following software suite, which conforms to the COMPACFLT Information Technology 21 Century (IT-21) implementation program: WINDOWS 2000 WORKSTATION, Microsoft OFFICE 2000 PROFESSIONAL (Word 2000, PowerPoint 2000, Excel 2000, Access 2000), Adobe Acrobat 5.0, AutoDesk?s AutoCAD 2002, and Internet Explorer 5.5. Additional multi-media electronic software applications required include, but are not limited to, the following: Dbase (dbf), Oracle 8.i, AutoDesk?s AutoCAD 2000, Visual Basic, ESRI?s ArcView 3.2x or higher (SHP, SHX, SHB, DBF formats), ArcInfo Coverage Format, ArcSDE Format, ArcGIS Geodatabase Format, and HTML screens. Projects for which the A-E may be assigned work will predominantly be located in Hawaii, Guam, and other areas in the Pacific region under the cognizance of NAVFAC PACIFIC. Work may also be required in areas outside of the Pacific region under the cognizance of other NAVFAC components, or other governmental agencies for which NAVFAC PACIFIC is tasked to provide assistance. The nature of specific work assignments may require the A-E to obtain a secret security clearance. The selected A-E may be required to participate in a pre-fee meeting within seven days of notification and provide a fee proposal within ten days from the meeting. The contract will be an Indefinite Delivery Indefinite Quantity (IDIQ) 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 will be a firm fixed-price task order. The Government will determine the task order amount by using the rates negotiated for the basic contract and negotiate the effort required to perform the particular project. The contract base period shall not exceed twelve months or $40,000,000 total fee, whichever comes first. The Government guarantees a minimum amount of $56,000 for the contract. The Government reserves the option to extend the contract for an additional four option years, for a total contract performance period of five years. There will be no further synopsis in the event the options included in the contract are exercised. Estimated date of contract award is on/about August 2005. The NAICS for this procurement is 541330, Engineering Services ? average annual income for the past three years for small business classification is $4.0 million. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. The following selection evaluation criteria, in descending order of importance, will be used in the evaluation of A-E firms: (1) Professional qualifications (e.g. education, experience, professional registrations) of the offeror?s staff in National Environment Policy Act (NEPA) environmental impacts analyses (studies, assessment and mitigation) for strategic basing initiatives (such as home basing of aircraft, home basing of ships, and Base Realignment and Closure (BRAC) actions) for the U.S. Department of Defense, in particular, the U.S. Navy in the Pacific Area. The professional qualifications of the firm?s staff will be weighted more heavily than that of the team subcontractors? staff; (2) Specialized recent experience and technical competence of the firm and its subcontractors in the application of Federal, State, local, and overseas regulatory requirements of the NAVFAC PACIFIC AOR to NEPA and other environmental impact analysis projects for strategic basing initiatives (such as home basing of aircraft, home basing of ships, and Base Realignment and Closure (BRAC) actions), which include specialized studies, assessment, mitigation, and community involvement activities. Specialized experience shall include, but not be limited to, air, noise, traffic, utilities, visual and aesthetic resources, socioeconomic, biological resources, cultural resources, and demonstrated familiarity and knowledge of the NAVFAC PACIFIC AOR. The specialized experience of the firm will be weighted more heavily than that of the team subcontractors; (3) Method of operation and work production including: a) organizational structure, b) quality assurance plan, and c) ability to resource and manage a potential workload of four projects totaling $10 million at multiple locations under this contract, occurring concurrently, in addition to ongoing work for other clients; (4) Extent to which firms identify and commit to utilize small businesses (SB), small disadvantaged business (SDB), women-owned small business (WOSB), historically underutilized business zone small business (HUBZoneSB) and service disabled veteran-owned small businesses (SDVOSB) in the performance of this contract, whether as a prime contractor, joint-venture, teaming arrangement or subcontractor;(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) Location of the firm and its subcontractors in the geographical region in order to attend frequent face-to-face meetings in Hawaii and Guam and to address rapidly evolving requirements. Include a summary of qualifications in narrative discussion addressing each of the above selection evaluation criteria on the SF 330, Part l, Section H. If necessary, continue on plain bond paper. For selection criterion (4), the government will evaluate proposals based on two subfactors: (A) Past performance in Utilization of Small Business Concerns and (B) Participation of Small Business Concerns in this Project. The offeror shall provide the following documentation in support of Subfactor (A): (1) Historical data on utilization of SB, SDB, WOSB, HUBZoneSB, and SDVOSB over the past three years showing dollar value, percentage of work (of total contract value) subcontracted to large businesses, SB, SDB, WOSB, HUBZoneSB, and SDVOSB. (2) Information on national awards received within the past three years for outstanding support to SB concerns, (3) Information showing ratings received on completed projects with regards to the firm?s implementation of subcontracting plans (4) Information on any existing, planned or pending mentor-prot?g? agreements under either the DOD or SBA Programs (5), Information on use of Community Rehabilitation Program organizations certified under the Javis Wagner O?Day Program and (6) Final SF 294?s on projects completed within the past 3 years. Lack of past performance data should be stated in the proposal. In support of Sub-factor (B), the offeror shall identify each sub-consultant by name, discipline and size status. The offeror is advised that the Government-wide goals for the total value of all prime contract per fiscal year are 23% to SB, 5% each to SDB and WOSB, and 3% each to HUBZoneSB and SDVOSB. In addition, the NAVFAC PACIFIC FY 05 subcontracting targets in term of dollar value of subcontracts are 74.8% to SB, 15.6% to SDB, 13.92% to WOSB, 1.17 to HUBZoneSB and .12% to SDVOSB. The offerors are reminded that in order to receive proposal evaluation benefit as SDB or HUBZoneSB either as prime or sub-consultant, proposed SDB?s and HUBZoneSB?s must be certified by the Small Business Administration (SBA). Prime contractors may determine whether a prospective subconsultant is a certified SDB or HUBZoneSB by accessing the Central Contractor Registration (CCR) at http://www.ccr.gov. For selection criterion (5), the Government will evaluate each firm?s past performance rating(s) from the Architect-Engineer Contract Administration Support System (ACASS) during the evaluation process, which can affect the selection outcome. A-E firms shall provide their DUNS and ACASS number in SF 330, Part ll, Block 4. This solicitation requires all interested firms to have an email address. Notifications will be via email, therefore, email address must be shown on the SF 330, Part l, Section B8. Large business firms who are short-listed will be required to submit a subcontracting plan before negotiations begin for contract award. A-E firms meeting the requirements described in this announcement are invited to submit a complete SF 330, Architect Engineer Qualifications. A-E firms utilized by the prime A-E must submit Part ll of the SF 330. (Note: SF 254 & 255 has been discontinued and will no longer be accepted.) The submittal/delivery address is Commander, Code AQ1 (A-E Solicitation No. N62742-05-R-1870), Attn: Mailroom (CMP0161), NAVFAC PACIFIC, 258 Makalapa Drive, Suite 100, Pearl Harbor, HI 96860-3134. This address is for all deliveries, including US Mail, courier service and/or personal delivery services; no other address is acceptable. The delivery address is inside a military installation, therefore, strict security measures are in force; anticipate delays. Interested firms must allow sufficient time for receipt of submission. Three copies of your SF 330 are required: Two paper hardcopies and one electronic copy on a CD. Firms responding to this announcement by Monday, 14 March 2005 will be considered. Firms must submit forms by 2:00 p.m. Hawaiian Standard Time (HST). This is not a request for a proposal.
- Record
- SN00750147-W 20050213/050211212324 (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 |