Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2002 FBO #0084
SOLICITATION NOTICE

C -- Indefinite Delivery/Indefinite Quantity Contract for Architect-Engineering Services for Environmental Engineering Services at Vrs Navy & Marine Corps Installations, Pacific Basin & Indian Ocean Areas

Notice Date
2/22/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Pacific, Acquisition Department, 258 Makalapa Drive Suite 100, Pearl Harbor, HI, 96860-3134
 
ZIP Code
96860-3134
 
Solicitation Number
N62742-02-R-1801
 
Response Due
3/25/2002
 
Point of Contact
Stephanie Sakanoi, Contract Specialist, Phone 808-474-0199, Fax 808-474-0746, - Lorna Sikorski, Contracting Officer, Phone (808)471-5038, Fax (808) 474-1146,
 
E-Mail Address
SakanoiSM@efdpac.navfac.navy.mil, SikorskiLS@efdpac.navfac.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Services include, but are not limited to engineering services to conduct environmental investigations and surveys at various locations under cognizance of Pacific Division, Naval Facilities Engineering Command. The services may include the preparation of reports to include site investigations, sampling and analysis plans, field investigations and risk-based analysis; management plans; permit applications; preliminary engineering designs; cost estimates; and supporting documents for corrective projects and performing monitoring actions. The A-E must have or be able to obtain microbiology, toxicology and chemistry laboratory services. Many military areas of work anticipated under this contract will not allow the entry of aliens. The field crew of the A-E shall be composed of U. S. citizens who can qualify for access to these areas. If asbestos or hazardous materials exist, the A-E contractor shall identify them and provide for their disposal in the required documents in accordance with applicable rules and regulations pertaining to such hazardous materials. The selected A-E may be required to participate in a pre-fee meeting within seven days of notification and provide a fee proposal within ten days of the meeting. The contract will be an Indefinite Quantity/Indefinite Delivery type where the work will be required on an as-needed basis during the life of the contract providing the Government and contractor agree on the amount. Each project contract will be a firm-fixed price A-E Task Order. The Government will determine the task order amount by using rates negotiated and negotiate the effort required to perform the particular project. The contract shall not exceed twelve months or a maximum of $1,000,000 total fee, whichever, comes first. The Government guarantees a minimum amount of $10,000 for the contract. Should an impasse on the price occur over the initial or subsequent projects, the Government will apply the dollar value of the Government estimate for that project or projects toward the minimum guarantee. The Government reserves the option to extend the contract for an additional four years for a total of five years, with a maximum fee of $1,000,000 per year. There will be no future synopsis in the event the options included into the contract are exercised. Estimated date of contract award is July 2002. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. All firms responding to this announcement will be evaluated on the following factors, which are shown in descending order of importance: (1) Professional qualifications of firms and staff proposed in environmental engineering (specializing in environmental baseline surveys, preliminary assessments, site investigations, remedial investigations and risk assessments) to facilitate real property transactions, regulatory compliance and coordination, and experience in the field of water, wastewater, storm water, and oily waste. (2) Specialized recent experience and technical competence of firm or particular staff members in Federal and local regulatory requirements, understanding of the Comprehensive Environmental Response Compensation Liability Act (CERCLA 120H) and National Environmental Protection Act (NEPA), lead and asbestos surveys, risk assessments (human health and ecological risk assessments), drinking water, source treatment and distribution system investigations, sewage, industrial wastewater, and storm water investigation and management, oily waste treatment and spill response prevention/response management. (3) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (4) Capacity to accomplish the work in the required time and ability to handle multiple projects at the same time. (5) A-E firm?s quality control practices/techniques. (6) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. (7) The volume of work previously awarded to the firm by the Department of Defense shall also be considered, with the object of effecting among qualified A-E firms and firms that have not had Department of Defense contracts. (8) Use of Small or Small Disadvantaged Business, Woman-owned Small Business, Historically Underutilized Business Zone Small Business, Veteran-Owned Small Business, Service Disabled Veteran-Owned Small Business, Historically Black Colleges and Universities, and Minority Institutions firms shall also be considered. A-E firms shall address their planned potential for usage of Small Business, Small Disadvantage Business, Woman-Owned Small business, Historically Underutilized Business Zone Small Business, Veteran-Owned Small Business, Service Disabled Veteran-Owned Small Business, Historically Black Colleges and Universities and Minority Institutions in Block 10 of the SF 255. In block 10 of the SF 255 and any addendum, state why your firm is specially qualified based on each of the above evaluation criteria. For evaluation criteria (2), provide the following information for only the staff proposed for this work using these column headings: ?Name,? ?Related Projects Worked On,? ?Year,? ?Firm,? and ?Technical Role.? Show the office location where the work will be done and describe the experience and location of those personnel who will do the work. Each firm?s past performance and performance rating (s) will be reviewed during the evaluation process and can affect the selection outcome. A-E firms shall provide their DUNS and ACASS number in Block 3 of the SF 255. The contract will require the selected firm have on-line access to E-mail via the Internet for routine exchange of correspondence. THIS PROSPECTIVE CONTRACT IS A 100 PERCENT SET-ASIDE FOR SMALL BUSINESS CONCERNS. The small business size standard classification is NAICS 541330 ($4.0 million in annual receipts). If adequate interest is not received from highly qualified Small Business concerns, this solicitation will be re-synopsized on an unrestricted basis to all firms regardless of size or concern. A-E firms that are interested, and meet the requirements described in this announcement, are invited to submit complete, updated Standard Form (SF) 254 Architect Engineer and Related Services Questionnaire, and SF 255, Architect-Engineer and Related Services Questionnaire for Specific Project. The completed forms should be submitted to the Commander, PACNAVFACENGCOM, Acquisition Department, Pacific Environmental Contracts Division (ACQ0231:SS), by 2:00 p.m. HST, 25 March 2002, at the following address: (1) Postal Mailing Address: 258 Makalapa Drive, Suite 100, Pearl Harbor, Hawaii 96860-3134; (2) If hand carrying: Building 223, South Avenue, Pearl Harbor, Hawaii 96860. Label lower right corner of outside mailing envelope with ?A-E Services N62742-02-R-1801?. A-E firms utilized by the prime A-E must also submit completed Standard Forms 254 and 255. Submit one hard copy of each form plus one electronic copy (3.5? Diskette or CD-ROM). Facsimile, electronic and late submission of Standard Forms 254 and 255 will not be accepted. This is not a request for a proposal.
 
Place of Performance
Address: Comamnder, Pacific Division, Naval Facilities Engineering Command, 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
Zip Code: 96860-3134
 
Record
SN00030049-W 20020224/020222213445 (fbodaily.com)
 
Source
FedBizOpps.gov 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.