Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 17, 2021 SAM #7077
SOURCES SOUGHT

C -- A-E IDIQ/FFP ENVIRONMENTAL COMPLIANCE ENGINEERING FOR NAVY AND MARINE CORPS INSTALLATIONS IN ARIZONA, CALIFORNIA, COLORADO, NEVADA, NEW MEXICO, UTAH AND OTHER DEPARTMENT OF DEFENSE (DOD) INSTALLATIONS AND FEDERAL AGENCIES.

Notice Date
4/15/2021 9:47:33 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVFAC SOUTHWEST SAN DIEGO CA 92132-5000 USA
 
ZIP Code
92132-5000
 
Solicitation Number
N6247321S8929
 
Response Due
5/12/2021 1:00:00 PM
 
Archive Date
05/27/2021
 
Point of Contact
Christine Reyes, Phone: 6197055660, Jane Pamintuan, Phone: 6197055661
 
E-Mail Address
christine.reyes@navy.mil, jane.pamintuan@navy.mil
(christine.reyes@navy.mil, jane.pamintuan@navy.mil)
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS FOR INFORMATION AND PLANNING PURPOSES ONLY. �THIS IS NOT A REQUEST FOR PROPOSAL (RFP) AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. This Sources Sought Synopsis is being used as a market research tool to determine the availability and adequacy of potential qualified small business sources prior to determining the method of acquisition and issuance of a solicitation for A/E services for environmental compliance. �This announcement is for information and planning purposes only and is not to be construed as a commitment by the Naval Facilities Engineering Systems Command, Southwest (NAVFAC Southwest), 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 Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small Businesses (VOSB), Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), Women-Owned Small Businesses (WOSB), Small Disadvantaged Businesses (SDB) certified under the Small Business Administration�s (SBA�s) 8(a) Business Development Program, Historically Underutilized Business Zone Small Businesses (HUBZone SB) certified by SBA, and all other small businesses are encouraged to respond. If you are a HUBZone or an 8(a) Small Business, please submit the SBA Certification Letter or contract information for assigned SBA Business Development Specialist. Responses to this notice will determine the feasibility and/or basis for the Navy�s decision to proceed with an acquisition. �Information received in relation to this notice will be used to assist the Government in developing an overall acquisition strategy, including the type and number of contracts and use of small business concerns. �The Government is not obligated to and will not pay for any information received from potential sources as a result of this Synopsis. �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. �The Government is contemplating the award of a Single Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) Contract. The work will be performed at United States Navy and Marine Corps Installations and associated Special Areas primarily in California, and to a lesser extent in Arizona, Colorado, Nevada, New Mexico, Utah, and other DOD sites nationwide. �Architect and Engineering services are required to provide services to Navy and Marine Corps Installations to meet their statutory environmental compliance requirements for all applicable environmental laws and regulations pertaining to environmental engineering and scientific assistance to support Environmental Quality (EQ) program requirements in various compliance media areas and requirements for Clean Air Act (CAA), Clean Water Act (CWA), Safe Drinking Water Act (SDWA), Resource Conservation And Recovery Act (RCRA), Toxic Substances Control Act (TSCA), Solid Waste Disposal Act (SWDA), Emergency Planning and Community Right-to-Know Act (EPCRA), Storm Water Pollution Prevention (SWPP) Monitoring and Compliance; Spill Prevention Control and Countermeasure Plans (SPCC), Pollution Prevention (P2), Environmental Conditions of Property (ECP), Ground Water Monitoring (GWM), Waste Water (WW) Monitoring, Lead Based Paint Surveys, Asbestos Surveys, Radon Surveys, Environmental Liability Surveys, Storage Tank Surveys, and supportive environmental compliance for other federal, state, and local compliance programs, laws, and regulations. �These environmental compliance efforts include the following: audits; permits; plans; reports; designs; sampling and analyses, investigations; surveys; evaluations; consultations; value engineering pilot or treatability projects to demonstrate innovative technologies; and the application of sustainability principles and practices.� The NAICS code for this proposed procurement is 541330 (small business size standard is $15 million).� If the solicitation is issued, the contract will likely consist of a one-year base period and may include up to six (6), one-year options totaling up to seven (7) years [PRSCNSE1]�of performance.� The anticipated total work to be issued over the life of the contract via task orders (base year plus up to six, one-year options) is not anticipated to exceed the estimated maximum amount of $100 to $140 million. Responses to this Sources Sought Notice should reference the Sources Sought Number (N62473-21-S-8929) and shall include the following information: �1. Company Name, address, Point of Contact Name, Phone Number, and E-mail address. �2. The company�s Contractor and Government Entity (CAGE) Code. �3. Contractor�s Business Size, identifying whether the company is a (HUBZone); 8(a) Small Disadvantaged Business firms; Service Disabled Veteran-owned Small Business firms; Women Owned Small Business; Economically Disadvantaged Women Owned Small Business and/or Small Business. �4. Provide a capability statement demonstrating the contractor�s ability to provide the A/E Engineering services� to meet their statutory compliance requirements for all applicable environmental laws and regulations. �5. Provide any other supporting documentation. �6. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary expertise, experience and financial capability to compete for this acquisition. Submissions are not to exceed three (3) typewritten pages in no less than 12 pitch font. �No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. No telephone calls or emails will be accepted for requests for a bid package or solicitation packages because there is no bid package or solicitation available at this time. Please submit your interest and capability statement via email to Christine Reyes, christine.reyes@navy.mil or Jane Pamintuan, jane.pamintuan@navy.mil no later than May 12, 2021.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/996049ed27ac45afb4188570663fddec/view)
 
Place of Performance
Address: San Diego, CA 92132, USA
Zip Code: 92132
Country: USA
 
Record
SN05974132-F 20210417/210415230114 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.