SOURCES SOUGHT
C -- A/E SVCS Air/Radon
- Notice Date
- 10/12/2006
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, South, 2155 Eagle Drive, North Charleston, SC, 29406, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- N69450-07-R-0056
- Response Due
- 10/24/2006
- Description
- The Naval Facilities Engineering Command, Southern Division, is currently performing market research for the proposed solicitation that will be known as N69450-07-R-0056. This is not a solicitation announcement. This is a Sources Sought Synopsis only. No contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. The proposed solicitation, known as N69450-07-R-0056, listed herein is being considered for 100% 8(a), HUB-Zone or Service Disabled Veteran Owned Small Business Set-Aside. The government will use responses to this Sources Sought Synopsis to make appropriate acquisition decisions. The Southeast Division, Naval Facilities Engineering Command, Charleston, SC, Office of Contracting is currently seeking potential 8(a), HUB-Zone or Service Disabled Veteran Owned Small Business Set-Aside concern for an Indefinite Quantity of a variety of engineering services associated with the Navy?s Air Quality and Radon issues and have team members with professional registration within states located in the specified Southern Division AOR. These states include Arkansas, Florida, Georgia, Kentucky, Louisiana, Mississippi, South Carolina, Texas, Bahamas(Andros Islands), Cuba(Guantanamo) and Puerto Rico. Small Business Standard is NAICS classification 541330, Engineering Services and the size standard is $4.0 million. NOTE: If a small business were to receive an award as prime contractor as a result of a small business set-aside solicitation, the small business prime will be required to comply with FAR 52.219-14, Limitations on subcontracting, which states that ?at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern?. Purpose. To perform a market survey IAW FAR Part 10. Scope of Requirement. The scope of work will primarily include, but is not limited to, the following professional services: Emission source identification and emission quantification; compliance evaluation and recommendation for corrective action; construction and operating permit preparation which includes Title V, PSD, NSR, as well as state and local permits; development and implementation of NESHAP compliance programs; stack testing of emissions; control equipment design and costing; dispersion modeling; inventory and development of risk management plans under CAA 112R; modification of existing databases (e.g., GIS, Access, Oracle) used for tracking and reporting emission information as well as development of new databases for emissions tracking; identification, design, and costing of refrigeration and HVAC equipment for compliance with Title VI of the Clean Air Act of 1990, as well as 40 CFR 82 and OPNAVINST 5090. 1B; Indoor Air Quality (IAQ), radon surveys and studies. This contract involves conducting field work at Navy and other Federal facilities within the Southeast Division area of responsibility to adequately determine the emission information and compliance status as cited above. Permit applications necessary for compliance must be developed or modified as appropriate. A professional engineer will sign and seal the permit applications; therefore, contractor personnel must consist of professional engineers registered in the applicable state in which work is conducted. The format for all reports shall include both a hard copy and electronic copy. In addition to services described above, work to be performed under the life of the contract may include developing/modifying inter-relational databases, including GIS and AUTOCAD; preparing/updating Operation and Maintenance (O&M) Manuals; conducting Environmental Management System (EMS) reviews, inspection/gap analyses and/or progress reviews to ensure conformance to a specified standard such as ISO 14001, Navy EMS policy or other standard; preparing plans and specifications with construction cost estimates; conducting asbestos surveys, soil investigations, and various testing; obtaining environmental permits; reviewing shop drawings; providing construction consultation and construction or Title II inspection services; and preparing construction record drawings. Period of Performance/ Estimated Value. Base period and four (4) one year option periods. Anticipated contract type is a firm fixed-price (FFP) and indefinite delivery/ indefinite quantity (IDIQ), Award Term. The estimated value is approximately $1,000,000/Year. The maximum contract value shall not exceed $5,000,000. A minimum fee of $20,000 is guaranteed for the first year and is payable only once over the life of the contract. SUBMISSION REQUIREMENTS: We have prepared a Market Survey located on our website at http://www.esol.navfac.navy.mil/. All interested 8(a), HUB-Zone or Service Disabled Veteran Owned Business Set-Aside concerns will submit the completed Market Research form, N69450-07-R-0056, found at http://www.esol.navfac.navy.mil/ verifying their qualifications to this office VIA E-MAIL to steve.a.miller1@navy.mil no later than Tuesday 24 October 2006, by 4:00 pm Eastern Time. The answers to the questions from the Market Research form should be typed, one-sided and not less than 12 pitch font. Please do not submit more than 20 pages; this includes the first three pages of the Market Research form and your Certificate of Competency. Submittals received after this date and time will not be considered. Please include your DUNS and CAGE numbers as discussed in the DOD FAR Supplement, Part 204 Subpart 204.72. This is NOT a request for proposal. Site visits will not be arranged during advertisement period. It is not necessary to submit an SF 330 at this time. AFTER REVIEW OF THE RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS, AND IF THE GOVERNMENT STILL PLANS TO PROCEED WITH THIS ACQUISITION, A SOLICITATION ANNOUNCEMENT, KNOWN AS N69450-07-R-xxxx, WILL BE PUBLISHED IN THE FEDERAL BUSINESS OPPORTUNITIES. RESPONSES TO THIS SOURCES SOUGHT ARE NOT AN ADEQUATE RESPONSE TO THE SOLICITATION ANNOUNCEMENT. ALL INTERESTED OFFERORS WILL HAVE TO RESPOND TO THE SOLICITATION ANNOUNCEMENT IN ADDITION TO RESPONDING TO THE SOURCES SOUGHT QUESTIONNAIRE.
- Place of Performance
- Address: Arkansas, Florida, Georgia, Kentucky, Louisiana, Mississippi, South Carolina, Texas, Bahamas(Andros Islands), Cuba(Guantanamo) and Puerto Rico.
- Zip Code: 29419
- Country: UNITED STATES
- Zip Code: 29419
- Record
- SN01164702-W 20061014/061012220711 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |