SOURCES SOUGHT
C -- COMPREHENSIVE LONG-TERM ENVIRONMENTAL ACTION NAVY (CLEAN), PRIMARILY IN THE MID-ATLANTIC, NORTHWEST, AND SOUTHWEST REGIONS AND SOME OVERSEAS LOCATIONS
- Notice Date
- 2/27/2014
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N62470 NAVFAC Atlantic Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
- ZIP Code
- 00000
- Solicitation Number
- N6247014R9007
- Response Due
- 3/31/2014
- Archive Date
- 4/15/2014
- Point of Contact
- Jen McDonald, jen.mcdonald@navy.mil
- E-Mail Address
-
jen.mcdonald@navy.mil
(jen.mcdonald@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This is a market research tool to determine the availability of sources prior to issuing the RFP. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Naval Facilities Engineering Command (NAVFAC), implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. The Government is not responsible for the cost associated with any effort expended in responding to this notice. All small businesses as well as large businesses are encouraged to respond. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. This procurement is a Cost Plus Award Fee (CPAF) Indefinite Delivery/Indefinite Quantity Architect-Engineer (A-E) Contract for Environmental Engineering Support Services for Comprehensive Long-Term Environmental Action Navy (CLEAN) primarily in the Mid-Atlantic, Northwest, and Southwest Regions and some overseas locations. The general scope of this requirement covers architectural and engineering services to provide program management and technical environmental services in support of the Department of the Navy ™s (DON) Environmental Restoration Program (ERP), which includes the Installation Restoration Program (IRP) and the Munitions Response Program (MRP), and other similar programs at any Navy and Marine Corps activity in the area of responsibility covered by NAVFAC Atlantic. The principal geographical regions encompassed by this contract include the states of Alaska, Arizona, California, Idaho, Maryland, Montana, Nevada, New Mexico, North Carolina, Oregon, Utah, Virginia, Washington, West Virginia, Wyoming, the area of the District of Columbia, Puerto Rico, and to a lesser extent Europe and DOD installations nationwide and overseas. The contractor may also, on occasion, be tasked to provide services described herein to any NAVFAC Command, any Department of Defense activity, or other Federal agency activities in any geographic location. Firms shall provide a full range of A-E environmental services for program management and technical services including: a.Those in support of the Department of Defense's Environmental Restoration Program (ERP) in compliance with the Comprehensive Environmental Response Compensation and Liability Act (CERCLA) of 1980, as amended by the Superfund Amendments and Reauthorization Act (SARA) of 1986, and the Resource Conservation and Recovery Act (RCRA) of 1976. Support of Navy and Marine Corps Base Realignment and Closure (BRAC) efforts is also included. Services include, but are not limited to: performance of site management plans, community relation plans, preliminary assessments, site inspections, remedial investigations, feasibility studies, RCRA facility investigations, corrective measures studies, interim measure plans, remedial and removal action designs, environmental assessments, risk assessments (both human health and ecological), contamination characterization, sampling, laboratory testing, presentations at restoration advisory boards (RABs), participation on partnering teams with regulators, operation and maintenance support, GIS development and maintenance, and documentation preparation for facility support contracts and Title II management of implementation of remedial action (including subcontract award and management); with emphasis on the accelerated schedules and increased sensitivity, visibility, and regulatory political and community concerns at Naval and Marine Corps installations. b.Those in support of the Munitions Response Program (MRP). Services include the entire suite of UXO investigation stages consistent with CERCLA, progressing from a preliminary assessment/site investigation to a remedial investigation/feasibility study through the remedial design, all in accordance with explosive safety standards. Services also include methodologies for UXO detection, clearance, removal, and safety. c.Those in support of addressing large and/or complex POL sites with multiple sources and distribution lines, including assessment characterization, testing monitoring, and remedial action design and oversight. d.Those in support of assessments, studies, investigations, and remedial designs that include other environmental programs such as air, water, waste water, solid waste, asbestos and hazardous substance/waste management, Range Sustainability Environmental Program Assessment (R.S.E.P.A), and complex compliance requirements requiring the integration of knowledge from several media and statutes in the United States and abroad. e.Those in support of expedited response actions. f.Those in support of the Navy Installation Restoration Information System (NIRIS) development and maintenance, Web page development and maintenance, GIS, and graphic support. The contract requires that the selected firms have on-line access to e-mail via the Internet for routine exchange of correspondence. Attention is directed to FAR subpart 9.5 and the following provisions. An organizational conflict of interest may exist, if a firm has performed as an Environmental Response Action prime contractor and performs as a Comprehensive Long-Term Environmental Action Navy (CLEAN) prime or subcontractor at the same site. An organizational conflict of interest may also exist on a project basis for firms who have performed as prime contractors on other Navy environmental engineering contracts. Offerors are advised that NFAS 5252.209-9300 Alt I Organizational Conflicts of Interest will be included in the contract. The restrictions described herein shall apply to the contractor and its affiliates, joint venture partners, consultants and subcontracts under this contract. The anticipated A-E IDIQ contract term shall be for a base period of one (1) year, beginning at date of award, and shall contain four (4) one-year option periods. The minimum guarantee ($200,000.00) for the base period will be satisfied under the initial task order, and the maximum ceiling for this contract is $200,000,000.00. The NAICS code for this procurement is 541330, Engineering Services. Statement of Capabilities Submittal Requirements: The Statement of Capability (SOC) will determine the feasibility and/or basis for the Navy ™s decision to proceed with acquisition. Interested firms must submit a SOC, which describes, in detail, the firm ™s capability of providing these services at various Military and other Federal facilities worldwide. Your SOC shall include the following: (1) full name and address of the firm; (2) year firm was established; (3) name of two principals (including titles, telephone and fax numbers); (4) copy of any certifications (if 8(a) certified, provide the SBA Business Opportunity Specialist name and phone number assigned); HUBZONE certification and SDVOSB status or Small Business status; (5) indicate if the firm is registered in the Department of Defense (DOD) System for Award Management Assistant (SAM) database, include DUNS Number and CAGE Code; (6) provide information on recent past projects that best illustrate your qualifications for this contract. List up to five projects performed within the last five years. Provide information on experience of key personnel showing experience in providing these services. Provide the following information for each project listed: a. Contract number and project title; b. Name of contracting activity; c. Administrative Contracting Officer ™s name, current telephone number; d. Contracting Officer ™s Technical Representative or primary point of contact name and current telephone number; e. Contract type (e.g., cost plus, requirements, firm fixed-price, indefinite delivery/indefinite quantity, or combination); f. Period of performance (start and completion date); g. Basic contract award amount and final contract value; h. Summary of contract work. If award fee or award term incentivized, average performance rating received and (7) subcontract management: - provide information on any proposed teaming arrangements (i.e. team members, previous working relationships with proposed team members and percent of work anticipated to be subcontracted (note: any joint ventures with 8(a) members must comply with Code of Federal Regulations (CFR) Title 13, Section 124.513)). The Government reserves the right to request additional information as needed, from any and all respondents; (8) provide a written statement as to your ability to perform work within the Continental United States (CONUS), outside the Continental United States (OCONUS) or both CONUS and OCONUS. The SOC must be complete and sufficiently detailed to allow for a determination of the firm ™s qualifications to perform the defined work. The SOC must be on 8 by 11-inch standard paper, single spaced, 12 point font minimum and is limited to 20 single sided pages (including all attachments). Responses are due on 31 March 2014 by 3:00 P.M. EDT The package shall be sent either by mail to the following address: Commander Naval Facilities, Atlantic, ACQ21 (ATTN: Jen McDonald), 6506 Hampton Blvd, Bldg. A “ Room 1105, Norfolk, VA 23508-1278, or electronically to jen.mcdonald@navy.mil. Submissions must be received at the office cited no later than 31 March 2014 by 3:00 P.M. EDT. Questions or comments regarding this notice may be addressed to Jen McDonald by e-mail jen.mcdonald@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247014R9007/listing.html)
- Record
- SN03298547-W 20140301/140227234735-38eac82d9cafdfb5ed804c3a95b58e3f (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 |