SOURCES SOUGHT
C -- INDEFINITE QUANTITY CONTRACT FOR ENVIRONMENTAL ENGINEERING AND DESIGN SERVICES FOR HAZARDOUS MATERIAL/WASTE PROJECTS PRIMARILY IN ME, VT, NH, MA, RI, CT, NY, NJ, PA, AND DE
- Notice Date
- 1/23/2003
- Notice Type
- Sources Sought
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northeast, 10 Industrial Hwy MS #82, Lester, PA, 19113
- ZIP Code
- 19113
- Solicitation Number
- N62472-03-R-1442
- Archive Date
- 3/12/2003
- Point of Contact
- Tina Phillips, Contract Specialist, Phone (610)595-0643, Fax (610)595-0671,
- E-Mail Address
-
phillipsms@efane.navfac.navy.mil
- Description
- An environmental/ civil/ sanitary engineering firm is required to perform engineering and design services under an indefinite quantity contract for diverse environmental engineering work for various activities located primarily in the Naval Facilities Engineering Command, Engineering Field Activity Northeast, ten state area of responsibility including the states of Maine, Vermont, New Hampshire, Massachusetts, Connecticut, New York, New Jersey, Pennsylvania, Rhode Island and Delaware. Work could also be added in the area of responsibility of Atlantic Division, Naval Facilities Engineering Command in the states of Virginia, North Carolina and West Virginia as well as the Caribbean, the Azores, Iceland, Europe (including Engineering Field Activity, Mediterranean areas). Also, work could be added in the area of responsibility of Engineering Field Activity, Chesapeake including the District of Columbia and the state of Maryland. Additionally, an order could be issued for any Government facility in the world. Work assignments are expected to be primarily concerned with hazardous materials/hazardous waste and oil and hazardous substance spill prevention and response planning projects. Hazardous materials/hazardous waste work shall include, but not be limited to, studies; field sampling; laboratory analysis; designs; facility closures; and permit applications concerning subjects such as: hazardous materials/hazardous waste handling, storage, treatment, and disposal. Oil & hazardous substance spill prevention and response work shall include, but not be limited to, studies; spill prevention, control, and countermeasure plans; spill contingency plans; facility response plans; and facility designs. Also, work projects in the following areas may be included: Emergency Planning & Community Right-to-Know Act (EPCRA); solid waste management; PCBs; detection and remediation of underground storage tank (UST) leaks; installation of new underground storage tanks; pollution prevention; source reduction and recycling; environmental management systems (ESM); and environmental baseline surveys (EBS). Work assignments, in instances where emergency circumstances exist, may also involve projects in other environmental arena (e.g. air and water). Work in these media may include, but not be limited to, studies, field sampling, lab analysis, designs, and permit applications concerning subjects such as: air pollution abatement and sampling; potable water treatment and distribution; and industrial & sanitary wastewater collection, treatment, discharge, sampling, and analysis. The initial project will be identified at a later date. The following design related pre-priced options may be exercised at the discretion of the government: 0-35% design, 35-100% design; and Post Construction Award Services (PCAS) such as shop drawing review/approval, consultation during construction, construction inspection services, and preparation of record drawings. Options are normally exercised within several months of completing prior work; however, delays up to one year are possible. Firms are advised that work could potentially involve close contact with hazardous materials/hazardous wastes and asbestos in various settings. Firms unable to accept work in these environments need not apply. Significant Evaluation Factors (In Order of Importance): 1. Specialized experience of the firm in the type of work described above. 2. Professional qualifications of staff to be assigned to this contract (including those of any consultants). 3. Capacity of the assigned team to accomplish the work within the required time constraints. 4. Past performance with respect to quality of work and compliance with performance schedules (emphasis on D.O.D. work). 5. Quality Control Program. Use of an internal quality control program to ensure technical accuracy and discipline coordination of the studies, plans, and specifications. 6. Location of the firm in the general geographical area of the project and knowledge of the locality of the project, provided that there is an appropriate number of qualified firms therein for consideration. 7. Small Business and Small Disadvantaged Business Subcontracting Plan - Firms will be evaluated on the extent to which they identify and commit to the published Small Business Subcontracting Program. The Secretary of the Navy has assigned Naval Facilities Engineering Command goals expressed in terms of percentages of total planned subcontracting dollars for utilization of small businesses of 65%. Included in the SB goals are targets for: Small Disadvantaged Business (SDB) including Historically Black Colleges/Universities/Minority Institutions (HBCU/MI) - 14.8%, Women-owned Small Business (WOSB) - 14.4%, Veterans Owned Small Businesses (VOSB) - 3%, Services Disabled Veteran Owned Small Businesses (SDVOSB) - 3%, and HUBZone Small Business - 3%. Large Business Firms shall submit their Navy-wide SF 295 (Standard Form 295, Summary Subcontract Report) with their Standard Form 255. The slated firms will be required to provide a preliminary subcontracting plan (support for small business subcontracting) as part of the interview. 8. Volume of work previously awarded to the firm by the Department of Defense within the past twelve months. Estimated Construction Cost: N/A. Type of Contract: Firm-Fixed Price. Estimated Start Date: April 2003. Estimated Completion Date: April 2008. The duration of the contract will be for one year from the date of an initial contract award with options for four additional one-year periods. The total amount that may be paid under this contract (including the option years) will not exceed $3,000,000 for the entire contract term. The minimum guarantee for the entire contract term (including the option years) will be satisfied by the award of the initial project. 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 A/E performance under the subject contract. There will be no dollar limit per project and no dollar limit per year. The NAICS Code is 541330 and the small business size standard classification is $4,000,000. THE PROPOSED CONTRACT IS BEING SOLICITED ON AN UNRESTRICTED BASIS, THEREFORE REPLIES TO THIS NOTICE ARE REQUESTED FROM ALL BUSINESS CONCERNS. A/E firms, which meet the requirements described in this announcement, are invited to submit completed Standard Forms 254 and 255 to the office shown above. Standard Forms 254, 255, and 295 may be downloaded from the following GSA web site: http://www.gsa.gov/forms Respondents may supplement this proposal with graphic material and photographs that best demonstrate capabilities of the team proposed for the project. Block 10 of the Standard Form 255 will include the following: (1) Summary of how the firm meets the stated evaluation criteria for this contract; (2) Matrix documenting proposed team members specialized experience relevant to the subject contract (IN LEFT HAND COLUMN SHOW: Relevant projects (use number of project assigned in Block 8 of Standard Form 255). ACROSS TOP ROW OF MATRIX SHOW: Role of team member (include consultants) on relevant project i.e., Project Manager, Project Engineer, etc...); (3) Copies of performance evaluations and/or letters of commendations (as attachments) for office making this submission; (4) List of relevant projects and date design completion scheduled, date design completed, and final cost estimate compared to the contract award amount. Firms must also indicate if they are a subsidiary, and if so, must state if they are normally subject to management decisions, bookkeeping, and policies of their holding or parent company. Also indicate if firm is an incorporating subsidiary that operates under a firm name different from the parent company. The qualification statement 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. All contractors are advised that registration in the DOD Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to be registered in the DOD CCR Database may render your firm ineligible for award. All firms are encouraged to register as soon as possible. Information regarding this registration may be obtained through the point of contact identified for this procurement. SELECTION INTERVIEW REQUIREMENTS: At the selection interview, the A/E firms slated for interviews must submit a listing of present name and telephone numbers of officers at their financial institutions, and performance references, in addition to a preliminary subcontracting plan, if they are a large business firm. Firms having a current SF 254 on file with this office and those responding by 4:00 p.m., February 25, 2003 will be considered. NOTE: PLEASE SUBMIT ONLY ONE COPY. All hand carried submittals must be deposited in the bid box which is located in the lobby at the above given address prior to the time and date specified. Access to the bid box is only on working days between the hours of 8:00 a.m. and 4:00 p.m., eastern standard/daylight time. Place label on the outermost envelope in which your submittal is delivered stating SUBMITTAL ENCLOSED, CONTRACT NUMBER N62472-03-R-1442 AND DATE DUE FEB 25, 2003. Facsimile responses and e-mail responses will not be accepted. Late responses will be handled in accordance with FAR 52.214-7, Late Submissions, Modifications, and Withdrawals of Bids. No material will be returned. Respondents may supplement this proposal with graphic material and photographs that best demonstrate capabilities of the team proposed by the project. THIS IS NOT A REQUEST FOR A PROPOSAL.
- Place of Performance
- Address: VARIOUS LOCATIONS, NAVAL FACILITIES ENGINEERING COMMAND
- Record
- SN00245595-W 20030125/030123213632 (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 |