Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2011 FBO #3666
DOCUMENT

C -- Air/Radon Environmental Services - Attachment

Notice Date
12/6/2011
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
N69450 NAVFAC SOUTHEAST, SOUTHEAST BLD 903 Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
 
Solicitation Number
N6945012R0016
 
Response Due
12/20/2011
 
Archive Date
12/23/2011
 
Point of Contact
Laura Wharen, Contract Specialist at laura.wharen@navy.mil. Kyle Acton, Contract Specialist at kyle.acton@navy.mil
 
Small Business Set-Aside
N/A
 
Description
THIS ANNOUNCEMENT CONSTITUTES A SOURCES SOUGHT SYNOPSIS FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The Naval Facilities Engineering Command Southeast, (NAVFAC SE) is conducting market research of Industry to identify potential small business contractors for: AIR/RADON ENVIRONMENTAL SERVICES AT DOD AND NON-DOD ACTIVITIES IN THE AREA OF RESPONSIBILITY SERVED BY THE NAVAL FACILITIES ENGINEERING COMMAND SOUTHEAST. NAVFAC SE is seeking U.S. Small Business Administration (SBA) certified 8 (a), Hubzone Small Business, Service Disabled Veteran-Owned and other Small Business sources with current relevant qualifications, experience, personnel, and capability to perform the Architect/Engineer (A/E) services required for a Firm Fixed-Price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Air/Radon Environmental Services of various project types at DOD and non-DOD activities primarily in, but not limited to, the area of responsibility served by NAVFAC SE. Installations include, but are not limited to, Naval Bases, Marine Bases, Air Force Bases, and Navy and Marine Corps Reserve Centers. There may be the need to support civilian communities. The anticipated firm fixed price indefinite delivery indefinite quantity contract is valued at $5M over the life of the contract. The contract shall be structured to include a base period of 12 months and two one-year option periods. The contract shall not exceed 3 years or $5M. The estimated range of task order values is $25,000-$100,000. The range is an estimate and the Government may place orders below or above this amount. The NAICS code for this contract 541330 and the size standard is $4.5M. This sources sought is for services that will primarily be required in Alabama, Florida, Guantanamo Bay Cuba, Georgia, Louisiana, Mississippi, Texas, and South Carolina The services will primarily include, but are not limited to, the following professional services: air emission source identification and inventories including emission quantification for criteria pollutants, hazardous air pollutants and greenhouse gases and emission source data collection, evaluation, and reporting; regulatory compliance analysis and recommendation for corrective action; emission report preparation as required under the Clean Air Act (CAA) Amendments of 1990, associated federal regulations and state and local laws within the NAVFAC Southeast geographical AOR; construction and operating permit preparation and modification including CAA Title V, Prevention of Significant Deterioration (PSD), New Source Review (NSR) and state and local air permits; analysis, development, design and implementation of National Emission Standards for Hazardous Air Pollutants (NESHAP) compliance programs; stack testing of emissions and development of emission test protocols; control equipment design and costing; atmospheric dispersion modeling; inventory and development of risk management plans under CAA Section 112(r); modification of existing databases (e.g. Access, Oracle) used for tracking and reporting emission and compliance information as well as development of new databases for emission and compliance tracking; identification, design, costing and analysis of refrigeration and heating, ventilation and air conditioning (HVAC) equipment and Ozone Depleting Substances (ODS) for compliance with Title VI-Stratospheric Ozone Protection of the CAA, as well as 40 CFR 82 and OPNAVINST 5090.1B; and Indoor Air Quality (IAQ) and radon surveys and studies. The contractor personnel should have an understanding of Environmental Management Systems (EMS) standards, practices, and policies to allow products and deliverables developed under this contract to be leveraged to support and promote the EMS and Other Environmental Liabilities (OEL) programs of the Navy, DOD and other Federal agencies. Work performed under this contract involves conducting fieldwork to adequately determine the air quality/radon 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 permit applications; therefore, contractor personnel must consist of at least one professional engineer 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 the services described above, other work that may be performed under the life of the contract may include developing or modifying inter-relational databases, including Geographic Information Systems (GIS); preparing GIS and AutoCAD drawings; preparing or updating Operation and Maintenance (O&M) Manuals; building foreseeable environmental projects and estimates for budget planning for air quality requirements which requires familiarity with EPRWeb, the Navy Requirements Guidebook and Navy compliance policies; conducting 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 standards; conducting OEL assessments, updates, data management and reports particularly in regards to, but not limited to, air quality related liabilities; preparing plans and specifications with construction cost estimates; obtaining environmental permits; preparing environmental compliance plans, reviewing shop drawings; providing construction consultation and construction or Title II inspection services; and preparing construction record drawings. All interested firms should be capable of obtaining security clearances, if required. All interested firms should answer the following questionnaire. This information will be used only to determine if there is interest by qualified firms and will not be used in award. Please limit your response to five pages or less. Completed questionnaires should be submitted to laura.wharen@navy.mil and kyle.acton@navy.mil. Questions may be submitted to the same. All responses are due by 20 December 2011 at 2:00PM (EST).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fa2062f4571bcaf416eb11872298eec3)
 
Document(s)
Attachment
 
File Name: N6945012R0016_N6945012R0016_Sources_Sought_Synopsis.pdf (https://www.neco.navy.mil/synopsis_file/N6945012R0016_N6945012R0016_Sources_Sought_Synopsis.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6945012R0016_N6945012R0016_Sources_Sought_Synopsis.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02634559-W 20111208/111206234727-fa2062f4571bcaf416eb11872298eec3 (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.