SOLICITATION NOTICE
C -- IDIQ Contract for A-E Services for Environmental Investigations, Permit Applications and Related Studies at Various Navy and Marine Corps Activities, Pacific Basin
- Notice Date
- 3/3/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N6274214R1884
- Response Due
- 4/2/2014
- Archive Date
- 4/17/2014
- Point of Contact
- Jean Kuboyama 8084714666 Richard Keener, 808-474-6476
- E-Mail Address
-
jean.kuboyama@navy.mil
(jean.kuboyama@navy.mil)
- 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 Request for Proposal (RFP) PACKAGE TO DOWNLOAD. This project is advertised as a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) Code is 541330. The Small Business size standard is $14.0 million average annual receipts over the past 3 years. Architect-Engineer Services are required for an Indefinite Delivery/Indefinite Quantity Contract for Environmental Investigations, Permit Applications and Related Studies at Various Navy and Marine Activities under the Cognizance of the Naval Facilities Engineering Command Pacific. Area of contract coverage is Pacific Basin and Indian Ocean Areas. Projects can be categorized as petroleum storage and transfer facilities projects (repair, alter and new design). These projects can include, but are not limited to: storage tanks, gasoline systems, diesel systems, jet fuel systems, heavy fuel oil systems, and fuel issue and receipt systems. The A-E firm must be able to demonstrate its qualifications for the previously mentioned engineering services, including studies, design, cost estimating, troubleshooting, etc., (with respect to the published evaluation factors) to perform the following work: (a) Investigate condition, troubleshoot operational problems, and recommend/design corrective actions related to petroleum systems; and prepare project documentation, designs and cost estimates; (b) Replace/repair deteriorated tanks and level control systems; (c) Replace/upgrade deteriorated fuel pipelines, filters, control valves, pumps, pantographs; (d) Remove tank sludge and contaminated soil; (e) Replace/upgrade fuel control systems; (f) Perform API 653 tank inspections and reports and tank cleaning for preparation of inspection; (g) Truck loading and unloading; (h) Depot storage and aircraft fuel ready issue; (i) Assessment and repair of corrosion protection systems; (j) Fuel distribution system planning; and (k) API 570 piping inspection. Evaluation and selection will be based on the most highly qualified firm upon evaluation of the selection criteria stated herein. The A-E must demonstrate his/her and each key consultant's qualifications with respect to the published selection criteria for all services. Selection criteria (1) through (6) are listed in descending order of importance. If there is a tie, criteria (6) will be used as the tie-breaker in ranking the most highly qualified firm. Specific selection criteria include: 1.Professional qualifications (e.g. education, experience, professional registrations) of key personnel (principal, project manager, civil engineer, environmental engineer, sanitary engineer, chemical engineer, geologist/hydrogeologist, soils engineer, electrical engineer, mechanical engineer, structural engineer, architect, etc.) will be evaluated to demonstrate their competence for satisfactory performance of the full range of environmental services required by this contract. More importance will be placed on the following environmental engineering fields: Potable water, Environmental restoration, Dredging and dredged material management, Sewage/wastewater and industrial waste, Storm water, and Oily waste. The professional qualifications of the prime contractor ™s key personnel will be weighted more heavily than that of the team subcontractors. 2.Specialized recent project experience (list 10 within the last 5 years) and technical competence of the firm will be evaluated in demonstrating compliance with federal, State, territory and local regulatory requirements; overseas final governing standards; and environmental laws and executive orders in the following environmental services: Air source inventories, permits, and modeling, and air/ODS management plans; Asbestos and lead based paint surveys, inspections, management plans, and abatement activities; Dredging and dredged material management; Drinking water and wastewater utility system security vulnerability assessments; Environmental restoration; Hazard Abatement Hazardous waste management plans, and RCRA permits; Hydrogeological Modeling; Oily waste collection and treatment facilities; Pollution Prevention (P2); Potable Water source, treatment and distribution systems assessments; Sewage/wastewater and industrial waste collection, treatment, and disposal systems investigations and assessments; Solid waste utility system assessment and management plans, recycling and landfill closure plans; Spill prevention/response planning and management; Sludge handling and disposal systems; Storm water (including LID) systems investigations, assessment and management, and NPDES permits; Surveying and cadastral; Underground storage tanks (USTs) assessment and management plans; More importance will be placed on experience in the following environmental engineering fields: Potable water, Environmental restoration, Dredging and dredged material management, Sewage/wastewater and industrial waste, Storm water, and Oily waste. More importance will be placed on experience within the Naval Facilities Engineering Command Pacific (NAVFAC Pacific) area of responsibility (AOR). The specialized recent project experience and technical competence of the prime firm will be weighted more heavily than that of the team subcontractors. 3.Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Preference will be on past performance on contracts with Government agencies. Firms should include any letters of commendation or awards. The Government is not restricted to the information provided by the firm and may use other sources to assess past performance information such as the Past Performance Information Retrieval System (PPIRS), Architect-Engineer Contract Administration Support System (ACASS) and inquiries with past customers/clients. 4.Capability and capacity to successfully execute, perform, and complete within schedule multiple task orders totaling $5 MIL in multiple locations simultaneously. 5. Quality control programs and processes used to ensure technical accuracy and quality in products and services (i.e., studies and reports) for both the prime and subcontractor team including laboratories and drillers. 6. Location of the prime firm and subcontractors in the general geographical area of the project; and familiarity and knowledge of the geographic regions (e.g., Hawaii, Guam, and other areas in the Pacific Ocean) More importance will be placed on experience within the NAVFAC PAC AOR. The duration of the contract will be for one (1) year from the date of an initial contract award with four (4) additional one year option periods. 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 Delivery/Indefinite-Quantity Contract. Estimated award timeframe is September 2014. This proposed contract is being solicited as 100% set-aside for small businesses; therefore, replies to this notice are requested from only small business concerns. All contractors are advised that registration in the DoD System for Award Management (SAM) Database is required prior to award of a contract. Failure to register in the DoD SAM Database may render your firm ineligible for award. For more information, check the DoD SAM Website: http://www.sam.gov. The following certifications and registrations are also mandatory prior to award of a contract: Online Representations and Certifications Application (ORCA) @ https://orca.bpn.gov/; and Wide Area Workflow (WAWF) @ https://wawf.eb.mil/. This solicitation requires all interested firms to have an email address. Notifications will be via email, therefore email address must be shown on the SF330, Part 1, Block B8. 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, they 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 Section H, 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 2:00 p.m. HST, 2 April 2014. Responses should be sent to the following address: Postal Mailing Address: Commander, Naval Facilities Engineering Command, Pacific, Attn: (Code ACQ32:JK Solicitation No. N62742-14-R-1884), 258 Makalapa Drive, Suite 100, Pearl Harbor, HI 96860-3134. The mailing address is inside a military installation; therefore, strict security measures are in force and delays should be anticipated. Personal Delivery Address: The address to deliver SF 330s via personal or courier services is 4262 Radford Drive, Building 62, Honolulu, Hawaii 96818. (Note: Building 62 is shared with the Navy Federal Credit Union.) Late responses will be handled in accordance with FAR 52.215-1. Electronic (E-mail, facsimile, etc.) submissions are not authorized. Firms responding to this notice are requested to submit three (3) copies of the SF 330 and one (1) CD electronic copy. Should there be any discrepancy between the paper and electronic versions, the paper copy shall govern. THIS IS NOT A REQUEST FOR PROPOSAL. Inquiries concerning this project should include solicitation number, title, and point of contact.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274214R1884/listing.html)
- Record
- SN03300507-W 20140305/140303234001-669d00cd0852427708c78e205d328406 (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 |