Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2008 FBO #2452
SOURCES SOUGHT

C -- Architect-Engineer or Engineering Services in support of Environmental Compliance Programs

Notice Date
8/11/2008
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, Southeast, N69450 NAVFAC SOUTHEAST, SOUTHEAST Building 902 P. O. Box 30 Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6945008R0106
 
Response Due
8/26/2008
 
Archive Date
9/26/2008
 
Point of Contact
Carol Foulk, (904) 542-6125
 
Small Business Set-Aside
N/A
 
Description
This announcement is for sources sought / market research only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. Reimbursement will not be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Telephone calls will not be accepted requesting a bid package or solicitation. The Government will use responses to this market research to make appropriate acquisition decisions, including small business set-aside determinations.Naval Facilities Engineering Command Southeast (NAVFACSE) is performing market research to identify certified 8(a), HUB-Zone, Woman-owned, Service Disabled Veteran Owned Small Business (SDVOSB) or Small Business concern for engineering services. Architect-Engineer or Engineering Services are required in support of the Navy and other DOD installations various Environmental Compliance programs. Architect-Engineer or Engineering Services includes preparation of studies, plans, specifications, design, reports, cost estimates and all associated engineering services in support of the Navy and other DOD installations various Environmental Compliance programs, with a particular emphasis on the Petroleum Storage Tank (PST) Program and the Oil Spill Preparedness and Planning Program. Locations include various Navy, Marine Corps, and other DOD installations within the Naval Facilities Engineering Command Atlantics (NAVFAC Atlantics) corporate AOR world-wide including the Continental United States, Europe, North Africa, Southwest Asia, the Azores, Guantanamo Bay, Cuba, but may include any location worldwide.This contract will involve the accomplishment of work in the following major categories:(1) PST Compliance Program including the completion of PST inventories, notification forms, and management plans; certified tank inspections; integrity evaluations of petroleum pipelines including inspections and intelligent pigging; design of PST and fuel facility improvements; preparation/modification of Spill Prevention, Control, and Countermeasures Plans (SPCC Plans); preparation of plans and specifications to correct SPCC deficiencies; cost estimates for PST projects; installation of monitoring wells, soil and groundwater sampling/ analysis, completion of site checks at suspected leaking PST sites (including disposal of petroleum contaminated soil from boring/well installations); training of tank custodians on operations/inspections/maintenance of PSTs and supporting equipment. This includes incidental repairs and minor construction usually associated with a tank and/or pipeline inspection or study. (2) Oil Spill Preparedness and Planning Program including preparation/modification of plans and manuals such as Facility Response Plans (FRP); Oil and Hazardous Substance (OHS) Spill Contingency Plans; OHS Spill Response Plans; Integrated Contingency Plans (ICP); conducting drills and exercises to meet the National Preparedness for Response Exercise Program (PREP) Guidelines; conducting Navy On-Scene Coordinator (NOSC) and other Spill Response Training; and design of OHS Spill Contingency Plan facilities. The contract requires that the selected firm have on-line access to E-mail via the Internet for routine exchange of correspondence.The A&E must demonstrate his and each key consultant's qualifications with respect to all services described above with particular emphasis on work in the overseas AOR. Submittals from this market research will be reviewed for professional qualifications, specialized experience, capacity to accomplish the work in the required time and relative past performance. 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. Estimated start date Dec 2008. The total amount that may be paid under this contract (including option years) will not exceed $20,000,000 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. This market research is being solicited on an unrestricted basis; therefore, replies to this notice are requested from all business concerns. The small business size standard classification is NAICS 541330, size standard is $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.SUBMISSION REQUIREMENTS: All interested 8(a), HUB-Zone, Woman-owned, Service Disabled Veteran Owned Small Business (SDVOSB) or Small Business concerns must respond to the Market Research Form (separate attachment) to verify their qualifications. Submit documentation to NAVFAC SE, Attn: Carol Foulk, Bldg 903, First Floor, Naval Air Station, Jacksonville Florida, 32212-0030 not later than 26 Aug 2008, by 4:00 pm Eastern Time. Submittal documentation shall not exceed 15 pages, typed, one-sided, 12-pitch font, which includes the Market Research questions contained herein. Submittals received after the specified date and time will not be considered. Sources must 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. It is not necessary to submit a SF-330 at this time. Sources are encouraged to register their annual Representations and Certification at https://orca.bpn.gov/. Responders to this Market Research will also need to submit a response to any future solicitation documents posted to https://www.neco.navy.mil to be considered for a potential contract award. 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 one copy of their qualification statement. Inquiries concerning this project should include solicitation number and title. FAR Clauses 52.214-34, Submission of Offers in the English Language is incorporated by reference.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=517f3f518fa31b121aef07b9d62742da&tab=core&_cview=1)
 
Record
SN01637142-W 20080813/080811230633-dc10657c9a64a1eafc4de21a9bf1e3f0 (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.