SOLICITATION NOTICE
C -- A&E MISCELLANEOUS ENVIRONMENTAL ENGINEERING SERVICES
- Notice Date
- 4/4/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
- ZIP Code
- 35812
- Solicitation Number
- AE205
- Response Due
- 4/29/2005
- Archive Date
- 4/4/2006
- Description
- NASA/MSFC plans to issue a Request for Proposal (RFP)] for A&E Miscellaneous Environmental Engineering Services. This procurement is a total small business set-aside. See Note 1 and Note 24. All responsible sources must submit Standard Form (SF) 330 which shall be considered by the agency's A&E Board. Businesses located in U. S. Small Business Administration, Southeastern Region IV is required. The NAICS Code and Size Standard are 541330 and 8711, respectively. All responsible sources must submit Standard Form (SF) 330 which shall be considered by the agency's A&E Board. The due date of the is SF330 forms is April 29, 2005. They can be delivered to Building 4250, room 36 or mailed to NASA, Marshall Space Flight Center, Rideout Road, Building 4471, Marshall Space Flight Center, AL 35812 (located near Huntsville, Al. THIS IS NOT A REQUEST FOR PROPOSAL. The installation ombudsman is Robin Henderson/DE01 (256)544-1919; fax (256)5644-7920, robin.n.henderson@nasa.gov. Synopsis for Architect-Engineer (A-E) Services for miscellaneous environmental engineering services Identification No. A-E-205 The work required will be primarily environmental and energy science and engineering in nature, such that a multidisciplinary staff with extensive experience in providing the necessary services for Federal Facilities. The A-E services to be provided under this procurement include the range of tasks summarized below and may be applicable at MSFC, other NASA Centers or installations, and other Government facilities: 1) Conduct studies and prepare permit applications, plans, and reports in support of environmental compliance activities at MSFC. Compliance activities include Clean Air Act permits and reports, Clean Water Act permits and reports, pollution prevention, natural and cultural resource management, energy management and LEED certification, NEPA documentation, and other Federal, State and local regulations. 2) Prepare documentation as required under RCRA and CERCLA; perform field investigations; analytical laboratory services; groundwater modeling; environmental studies; perform risk assessments and risk evaluations; treatability tests; demonstration projects; corrective measures studies; feasibility studies; engineering design documentation; and construction oversight. 3) Prepare ISO 9000 and ISO 14000-based or compatible environmental management system documents. 4) Conduct environmental compliance audits and root cause analysis. 5) Perform Environmental Engineering feasibility and cost studies and prepare Preliminary Engineering Report (PER's) and final design packages for environmental, energy, and other engineering-related projects at MSFC. The following is a listing of criteria that will be used in the preliminary screening of the A-E firms responding to this CBD announcement. A-E firms must meet these requirements to be considered for the work: 1) Respond to the CBD announcement for this solicitation. 2) Provide Standard Form 330 (SF330). Offerors should show in their SF330 that they have performed successfully in significant environmental compliance and restoration projects dealing with Federal Facilities and SIC 8711 experience. 3) Have the lead office located within 300 miles from Huntsville, Alabama. 4) Have a minimum of 10 employees located at the lead office. 5) Have a minimum of 5 environmental engineers and/or scientist with Federal Facility compliance experience within the company. 6) Have registered professionals that will stamp all required work. 7) Show evidence of experience working with the Alabama Department of Environmental Management and U.S. Environmental Protection Agency. In the submittal, the A-E shall clearly define the location of the lead office as well as the capabilities and size of that particular office. Other company resources and experience should be shown separate from the lead office?s resources and experience. A firm-fixed price indefinite delivery indefinite quantity type contract is anticipated, with an estimated start date of June 1, 2005, and completion date of May 31, 2006, with three one-year option periods. Firms responding to this synopsis should include appropriate information regarding any consultants or associates to be used and should include the Identification Number A-E 205 in their submitted Standard Form 330 and accompanying letter of transmittal. The above services are a set-aside for Small Business or Small-Disadvantaged Business firms. The SF 330 shall not exceed 1 single sided page per resume in Section E. A maximum of 20 resumes will be reviewed. A maximum of 10 projects will be reviewed in Section F. Each project shall not exceed 2 single sided pages. Introductions shall not be included in Sections E and F. Use of the SF 330 forms is required. Section H shall discuss the offeror?s a) past performance on projects of similar nature with emphasis on NASA, b) regulatory experience as it pertains to geographic location of MSFC, c) capacity to accomplish work, and d) volume of NASA and DoD work. Section H is limited to 10 total single sided pages (11x17 pages will be considered 2 pages). A Part II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. Points of Contact Name: Sandra S. Johnson Title: Contract Specialist Phone:(256)544-6698 Fax: (256)544-9162 E-mail: sandra.johnson@msfc.nasa.gov Name: Ketela K. Helton Title: Contracting Officer Phone:(256)544-7179 Fax: (256)544-9162
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62#114819)
- Record
- SN00781558-W 20050406/050404212157 (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 |