Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2007 FBO #2081
SOLICITATION NOTICE

C -- IQ Contract for Design and Professional Engineering Services required for Compliance with Air Emission and EPCRA Regulations to support NavFacEng Com, Mid-Atlantic

Notice Date
8/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Mid-Atlantic, Department of the Navy, Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland AV., Norfolk, VA, 23511, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N40085-07-R-7108
 
Response Due
9/10/2007
 
Archive Date
9/25/2007
 
Small Business Set-Aside
Total Small Business
 
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 Design and Professional Engineering Services required for Compliance with Air Emission Regulations, EPCRA (Emergency Planning and Community Right-to-Know Act) Regulations, Greenhouse Gas and all other environmental media Regulations to support Naval Facilities Engineering Command, Mid-Atlantic. The location of work completed under this contract will be under NAVFAC Atlantic and Mid-Atlantic?s area of responsibility only. Projects can be categorized as design or engineering services projects. Projects related to air emissions shall include, but are not limited to: air emission source surveys; preparation of air permit applications; computer estimation of air pollutants; testing of emissions from emission sources; installation of air pollution control equipment; and project documentation, plans, specifications, cost estimates and related studies. Projects related to EPCRA shall include, but are not limited to: inventory of hazardous materials used/stored; and preparation of EPCRA reports for submittal to regulatory agencies. Knowledge of all applicable Federal, State, regional and local laws and regulations associated with air, EPCRA and other environmental media are required. Applicable laws and regulations include, but are not limited to the Federal Clean Air Act (CAA) and EPCRA. The contractor shall execute actions relating to 2008 Consolidated EPCRA Policy for DOD installations, Munitions and Operational Ranges. Typical taskings for air emissions may include air emission inventory, emission statement, air dispersion modeling, stack testing, compliance studies, air emission source construction/operation permit application preparation, ozone depleting substance survey and phase-out, radon testing/mitigation and design of emission control equipment. Taskings may have very short time frames as they result from enforcement actions directed to Navy or Marine Corps permittees by regulators. The contract requires that the selected firm have on-line access to E-mail via the Internet for routine exchange of correspondence. Enclosure (1) The A&E must demonstrate his/her and each key consultant's qualifications with respect to the published evaluation factors for all environmental engineering services and optional services. Evaluation Factors are weighted with factors (1) through (5) being the most important, and factors (6) through (7) of lesser importance. Additionally, factors (6) through (7) will be used as tie-breakers among technically equal firms. 1. Specialized Experience: Firms and consultants (if proposed) will be evaluated in terms of their recent experience (last 5 years) in performing environmental services associated with client compliance with Air Emissions laws and regulations, and EPCRA laws and regulations. Specialized experience is required in air emission inventories; air permitting; air dispersion modeling; stack testing and air emission control equipment evaluation and design. Demonstrated expertise with regulatory aspects of CAA and EPCRA standards and regulations are required. 2. Professional Qualifications and Technical Competence of the individual Technical Team Members in the types of work identified in Evaluation Factor 1. The team will be evaluated on and must document: (a) Active professional registration of the engineering/technical staff. (b) Past experience of the technical staff in performing the services described in Evaluation Factor 1. (c) Familiarity with CAA and EPCRA, Navy and Marine Corps policies related to air emissions, and EPCRA. (d) Capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to meet surges of unexpected project demands. 3. Ability to perform work to schedules and capacity to accomplish a variation of 3 taskings simultaneously. Firms will be evaluated in terms of impact of this workload on the technical staff's projected workload during the contract period. 4. Past Performance: Firms will be evaluated in past performance with this Command, other DOD agencies, and private companies in terms of demonstrated long term business relationships and repeat business (with emphasis on projects addressed in Evaluation Factor 1). Firms should include any letters of commendation or awards. Firms will also be evaluated on their demonstrated history of meeting negotiated project schedules and producing high quality work. 5. Quality Control Program: Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy in reports, to assure overall coordination between engineering and technical disciplines, and their means of ensuring quality services from their consultant laboratories. 6. Firm location in the general geographical area of the contract and knowledge of the locality of the contract; provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract. Firms should demonstrate the ability to support Navy and Marine Corps installations in the CONUS with regard to air related work, EPCRA related work and all other environmental works. Firms will be evaluated on their proximity and familiarity with major fleet concentration areas of CONUS. 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. The duration of the contract will be for one (1) year from the date of an initial contract award with 4 additional one year option periods. The total amount that may be paid under this contract (including option years) will not exceed $5,000,000 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 November 2007. This proposed contract is being solicited as 100% set aside for small businesses, therefore, replies to this notice are requested from all small business concerns. The small business size standard classification is NAICS 541330 ($4,500,000). 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 one sided. 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, 10 September 2007. Responses should be sent to the following address: Commanding Officer, Naval Facilities Engineering Command, Mid-Atlantic, Attn: Brenda A. Perkins, Code OPNEAQ, 9742 Maryland Avenue, Norfolk, Virginia 23511-3095. 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: Brenda A. Perkins, Contract Specialist, NAVFAC Midlant, NAVFAC MID-ATLANTIC, Code OPNEAQ: BAP, Northeast IPT, A&E and Construction Contract Group, Building Z-140, 1st Floor, Room 118, 9742 Maryland Ave., Norfolk, VA 23511-3095,
Zip Code: 23511-3095
Country: UNITED STATES
 
Record
SN01363682-W 20070808/070806221856 (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 |
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.