Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2003 FBO #0417
SOLICITATION NOTICE

C -- Indefinite Quantity Contract for Environmental Services for Potable and Domestic Water Applications at Navy and Marine Corps Activities

Notice Date
1/21/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Atlantic, Headquarters, A/E Branch, 1510 Gilbert Street Building N-26, Code AQ22D, Norfolk, VA, 23511-2699
 
ZIP Code
23511-2699
 
Solicitation Number
N62470-03-R-4002
 
Archive Date
3/13/2003
 
Point of Contact
Robin Lamb, Program Assistant, Phone 757-322-8272, Fax 757-322-8285, - Donald Ewell, Contract Specialist, Phone 757-322-4169, Fax 757 322-4166,
 
E-Mail Address
LambRM@efdlant.navfac.navy.mil, EwellDL@efdlant.navfac.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Environmental Engineering Services and Environmental Sciences Services are required to complete tasks at Navy and Marine Corps Activities within the areas of responsibility (AOR) of the Atlantic Division, Naval Facilities Engineering Command. The predominance of tasks are anticipated to be completed in Virginia, Maryland, the District of Columbia and North Carolina; however, assignments may be made in other areas of the Eastern United States, the Mediterranean, the Caribbean, Iceland and Bahrain. The following list of anticipated taskings, not all inclusive, provides examples of the types of work expected to be placed on this contract: Sanitary surveys; Water conservation plans; Cross connection and backflow prevention surveys and training; Water quality evaluations; Compliance and condition assessments; Physical, chemical and biological treatment for potable water; Watershed and aquifer studies; Hydraulic modeling; Pilot treatability studies; Corrosion control studies; Preparation of permit documentation; and Uni-directional flushing. Taskings may have very short time frames as they can result from enforcement actions directed to either Navy or Marine Corps permittees. The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for all environmental engineering services and environmental sciences services. Evaluation factors (1) through (5) are of equal importance; factors (6) and (7) are of lesser importance and will be used as tie-breakers among technically equal firms. Specific evaluation factors include: (1) Specialized Experience - Firms and consultants (when proposed) will be evaluated in terms of their recent experience (last 5 years) in performing environmental services associated with client compliance with the Clean Water Act and the Safe Drinking Water Act. Specialized experience is required in the areas of drinking water treatment and Safe Drinking Water Act Permitting. Specialized experience related to drinking water treatment includes but is not limited to drinking water quality compliance requirements as they apply to the Federal Safe Drinking Water Act. This includes permit documentation specifically in the AOR. Firms shall demonstrate experience in studies for water quality evaluations, compliance and condition assessments including sanitary surveys of drinking water systems, watershed and aquifer studies, hydraulic modeling and pilot treatability studies, corrosion control studies, and backflow prevention surveys. Firms should demonstrate hands-on knowledge of treatment and be able to provide technical oversight and make adjustments to plant operations based on water quality and chemical feed data review, distribution and storage operations with services such as operator training and development of operation and maintenance manuals. Firms need to demonstrate knowledge of water treatment including physical, chemical and biological treatment of surface and groundwater with specific knowledge in reverse osmosis treatment, electro-dialysis reversal, ion exchange technology and granular activated carbon, and be able to provide budgetary costing information for these projects; (2) Professional qualifications of the technical staff in the type of work identified in evaluation factor one - firms will be evaluated in terms of professional qualifications and technical competence in the type of work required as exhibited by evaluation of the firm?s staff with regard to the following: (a) experience (with present and other firms) and roles of staff members specifically on projects addressed in evaluation factor number one; (b) active professional registration; (c) familiarity with the Safe Drinking Water Act and related State (Virginia, Maryland North Carolina, and Washington, DC) regulations; and (d) the proposed team?s management approach for successfully completing tasks under this contract and demonstrated work experience with key consultants on similar projects; (3) Continuity of Services - the firm will demonstrate its capability to provide qualified backup staffing for key personnel to ensure continuity of service and ability to increase project staffing to meet unexpected project demands. (Firms should assume the need to staff up to 3 simultaneous taskings); (4) Past performance - Firms will be evaluated on their past performance (with emphasis on projects addressed in evaluation factor one). Firms will also be evaluated on their demonstrated history of meeting negotiated project schedules and producing high quality work. Long-term business relationships, repeat business rates, and awards may be used to demonstrate the quality of past performance; (5) Quality Control Program - Firms will be evaluated on the acceptability of their internal quality control program used to assess technical accuracy in reports, to assure overall coordination between engineering and technical disciplines, and their means of ensuring quality services from their consultant laboratories - list key personnel responsible; (6) Firm location and knowledge of the locality of the contract (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract) - Firms will be evaluated on their location with respect to the general geographical area of the contract (primarily Southeastern Virginia, Maryland and North Carolina) and their proximity to the Atlantic Division, Naval Facilities Engineering Command. Also, given the contract area, firms will be evaluated based their knowledge of local codes, laws, permits and construction materials and practices as they apply to Navy and Marine Corps facilities; and (7) Volume of Work - Firms will be evaluated in terms of work previously awarded to the firm by DOD with the objective of affecting an equitable distribution of DOD A&E contracts among qualified A&E firms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts. The contract requires that the selected firm have an on-line access to E-mail via the internet for routine exchange of correspondence, and have Central Contractor Registration. The duration of the contract will be for one (1) year from the date of an initial contract award. The proposed contract includes four (4) one (1) year Government options for the same basic professional skills. The total A&E fee that may be paid under this contract will not exceed $2,500,000; however, the yearly maximum in any contract year may total up to $750,000. No other general notification to firms for other similar projects performed under this contract will be made. Type of contract: Firm Fixed Price Indefinite Quantity Contract. Estimated start date is May 2003.--Architect-Engineer firms which meet the requirements described in this announcement are invited to submit completed Standard Forms (SF) 254 (unless already on file) and 255, U. S. Government Architect-Engineer Qualifications, to the office shown above. In Block 10 of the SF 255, discuss why the firm is especially qualified based upon synopsized evaluation factors; and provide evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., State registration number. For selection evaluation factor (1), 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. Use Block 10 of the SF 255 to provide any additional information desired and continue Block 10 narrative discussion on plain bond paper. All information must be included within the SF 255. Provide a synopsis of the scope of work, point of contact and telephone number for each project listed in SF 255 Block 8. Firms having a current SF 254 on file with this office and those responding by 4:00 p.m. EST, 26 February 2003 will be considered. Late responses will be handled in accordance with FAR 52.215-10. Neither hand carried proposals nor facsimile responses will be accepted. Firms responding to this advertisement are requested to submit only one copy of qualification statements. The qualification statements should clearly indicate the office location where the work will be performed and the qualifications of the individuals anticipated to work on the contract and their geographical location.--This proposed contract is being solicited as 100% set aside for small business, therefore, replies to this notice are requested from all small business concerns.--The small business size standard classification is NAICS 541330 ($4,000,000).--This is not a request for proposals. Inquiries concerning this project should mention location and contract number. See Note 24.
 
Place of Performance
Address: Worldwide
 
Record
SN00243997-W 20030123/030121213613 (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.