SOLICITATION NOTICE
C -- Architect-Engineering Services-Environmental Investigations, Permit Applications, Related Studies of Water, Sewage, Wastewater (Domestic, Industrial), Storm Water Systems, Various Navy-Marine Acty
- Notice Date
- 8/25/2005
- 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-1881
- Response Due
- 9/26/2005
- Archive Date
- 10/11/2005
- Point of Contact
- Velma Wong, Contract Specialist, Phone (808) 474-5707, Fax (808) 474-0746,
- E-Mail Address
-
velma.wong@navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF-330 DOCUMENT IS CONTAINED HEREIN. This proposed contract is a total small business set aside procurement. Services include, but are not limited to, Architect-Engineering services and studies at various Navy and Marine Corps Activities within the Naval Facilities Engineering Command, Pacific (NAVFAC PACIFIC), area of responsibility (AOR) and may include services for other Department of Defense or Federal agencies. This requirement primarily includes the preparation of analytical studies, reports, management plans, technical evaluations, permit applications, preliminary engineering designs, cost estimates and supporting documents for corrective projects and performing monitoring/testing actions. The Architect-Engineer must have or be able to obtain microbiology, toxicology and chemistry laboratory services. Projects may involve technical studies, regulatory compliance, planning, design, operation and maintenance in any one or a combination of (a) water, wastewater and storm water utility investigations and assessment; (b) water source treatment and distribution systems; (c) sewage and industrial waste collection, treatment and disposal systems; (d) industrial wastewater pretreatment systems; (e) sludge handling and disposal systems; (f) storm water discharge management; (g) oily waste collection and treatment facilities; (h) spill prevention/response management; (i) water and wastewater utility system security vulnerability assessments; (j) dredged material evaluation and management and aquatic toxicity (bioassays, statistical analyses, automated dredging disposal alternatives modeling systems (ADDAMS); (k) corrosion investigation and engineering; (l) hydro-geological modeling; (m) surveying and cadastral. All work shall be performed in accordance with all applicable Federal, State, and local policy, guidance, regulations, and laws including, but not limited to: National Environment Policy Act, Ocean Disposal Act, the Clean Water Act (CWA), the Safe Drinking Water Act (SDWA), the Clean Air Act (CAA), the Coastal Zone Management Act (CZMA), the Endangered Species Act (ESA), the National Oil and Hazardous Substances Pollution Contingency Plan (NCP), Resource Conservation and Recovery Act (RCRA), the Oil Pollution Act of 1990 (OPA 90), the Toxic Substances Control Act (TSCA), the Hazardous Materials Transportation Uniform Safety Act (HMTUSA). The Contractor shall also comply with the requirements of the most current issue of the Navy Environmental and Natural Resources Program Manual (OPNAVINST 5090.1B), Overseas Environmental Baseline Guidance Document, applicable Final Governing Standards and Navy Facilities Engineering Command design manuals and other authorized instructions. Many military areas of work anticipated under this contract will not allow the entry of aliens. The field crew of the A-E shall be composed of U.S. citizens who can qualify for access to these areas. The A-E shall also be able to provide personnel who have the capability to obtain Secret Clearance and facilities and equipment to manage classified documents. The contract will be a Fixed Price Indefinite Quantity/Indefinite Delivery 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. The Government will determine the contract task order amount using the negotiated contract rates and negotiate effort to perform the particular project. The contract will be for a base period and, the Government reserves the option to extend the contract for, an additional four years, or to the extent that the maximum contract total of $5Mil is not exceeded. The NAICS for this procurement is 5413 (541330, Engineering Services and Architectural Services 541310 (non landscaping) with a combination of SIC 8711 and 8712) – average annual income for the past three years is $4.0 million. The Government guarantees a minimum amount of $25,000 for the entire contract. There will be no future synopsis in the event the options, included in the contract are exercised. Estimated date of contract award is December 2005. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. The following selection evaluation criteria, listed in descending order of importance, will be used in the evaluation of A-E firms, in accordance with FAR Part 36, DFARS 236 and NFAS 36.6: (1) Professional qualifications (e.g. education, experience, professional registrations) of the proposed key personnel in the environmental engineering fields of potable water; industrial and domestic wastewater; storm water; oily waste; and dredged material. The professional qualifications of the prime contactor’s key personnel will be weighted more heavily than that of the team subcontractors. (2) Specialized recent project experience and technical competence of firm or its particular staff members, addressing the Federal, State, local, and overseas regulatory requirements of the NAVFAC PACIFIC AOR in the following environmental engineering fields: (a) potable water utility assessments (including source, treatment and distribution system investigations); (b) wastewater utility assessments (including sewage and industrial wastewater collection, treatment, and disposal management); (c) sludge handling and disposal management; (d) potable water and wastewater utility system vulnerability assessments and emergency response planning; (e) water quality; (f) corrosion investigation and engineering; (g) storm water investigations and management; (h) oily waste collection, treatment and disposal; (i) spill prevention and response planning; and (j) dredged material analysis, evaluation and management; Specialized recent project experience and technical competence of the prime firm will be weighted more heavily than that of the team subcontractors. (3) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (4) Capability to deliver on-schedule, high quality work products assuming a workload of six projects totaling $2Mil at multiple locations within the NAVFAC PACIFIC AOR occurring concurrently, in addition to ongoing work for other clients. (5) Location of the prime firm and subcontractors in the general geographical area of the project; and familiarity and knowledge of the geographic region. A-E firms and sub consultants shall provide their DUNS, CAGE and ACASS number and business size on their Standard Form (SF) 330. A-E submittals shall accurately complete all information requested on the SF 330, clearly and specifically include qualifications in narrative discussion and in sufficient detail, addressing each of the foregoing selection evaluation criteria, and prepared in an organized format, in order to be properly evaluated. The A-E firm and consultants selected for the resultant contract, will be required to perform throughout the contract term. This solicitation requires all interested firms to have on-line access to email via the Internet. Notifications will be via email, therefore, email addresses must be indicated in the SF 330. A-E firms meeting the requirements described in this announcement are invited to submit complete, updated SF 330, Architect Engineer and Related Services Questionnaire and Architect-Engineer and Related Services Questionnaire for Specific Project plus one electronic copy (CD-ROM or 3-1/2” diskette), to the Commander, NAVFAC PACIFIC, Acquisition Department, Environmental Contracts Division (AQ120:VW) by 2:00 p.m. HST, on 26 September 2005 at the following address: (1) Postal Mailing Address: 258 Makalapa Drive, Suite 100, Pearl Harbor, Hawaii 96860-3134; (2) If hand carrying: Building 406, Makalapa, Pearl Harbor, Hawaii. Label lower right corner of outside mailing envelope with "A-E Services N62742-05-R-1881". A-E firms utilized by the prime A-E must also submit completed SF 330. Submit one hardcopy of each form plus one electronic copy (CD-ROM or 3 1/2” diskette). Facsimile and electronic submission of SF 330 will not be accepted. SF 330 and electronic copy (CD-ROM or 3-1/2” diskette) will not be returned. This is not a request for a proposal. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (25-AUG-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N62742/N62742-05-R-1881/listing.html)
- Place of Performance
- Address: Commander, Naval Facilities Engineering Command, Pacific, 258 Makalapa Drive, Suite 100, Pearl Harbor, Hawaii
- Zip Code: 96860-3134
- Country: United States
- Zip Code: 96860-3134
- Record
- SN00880052-F 20050827/050825213307 (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 |