Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2003 FBO #0446
SOLICITATION NOTICE

C -- A-E SERVICES FOR STORM WATER & INCIDENTAL POTABLE WATER, GROUNDWATER & WASTEWATER STUDIES ON NAVY AND MARINE CORP INSTALLATIONS AT VARIOUS LOCATIONS IN CA, AZ, NV, NM, AND UT

Notice Date
2/19/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Environmental Contracts Team, Attn: 02R1 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N68711-03-R-5103
 
Point of Contact
Beatrice Appling, Contract Specialist, Phone 619-532-0773, Fax 619-532-0771, - Candace Salenieks, Contract Specialist, Phone 619-532-0774, Fax 619-532-0771,
 
E-Mail Address
applingbm@efdsw.navfac.navy.mil, salenieksmc@efdsw.navfac.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This solicitation is set-aside for small business firms, reference Note 1, and will revert to unrestricted in the event adequate competition (3 or more qualified firms) is not met in accordance with the Brooks Act (P.L. 92-582). Therefore, responses are being accepted from all firms. Architect and Engineering services are required to provide services to Navy and Marine Corps installations to meet their statutory compliance requirements for all of the applicable environmental laws and regulations pertaining to storm water, incidental potable water, incidental groundwater, and incidental wastewater. The contractor shall provide these services at U.S. Navy and Marine Corps installations predominantly in California, and to a lesser extent in Arizona, Nevada, New Mexico and Utah. The contract will be awarded as a firm fixed-price, indefinite delivery, indefinite quantity contract not to exceed $3,000,000 or 365 days from the date of contract award, whichever comes first. The government has the option to extend this contract for four additional option periods. The total maximum value for the base term and all option periods shall not exceed $15,000,000. The individual task order value may not exceed $500,000. The guaranteed minimum contract amount for the base year is $5,000. The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluation/selection factors for all environmental engineering services and environmental services. Evaluation/selection factors (1) through (5) are specified herein and listed in order of importance: (1) Recent specialized experience of the firm and/or proposed consultants, especially within the last five years, in performing simultaneous projects for field investigations and preparing studies/analyses/plans relating to storm water which involved collection and distribution systems, pollution monitoring plans, containment and control plans, associated GIS mapping, obtaining environmental permits, and interfacing with regulatory agencies (federal/state/local) predominantly in California, and to a lesser extent in Arizona, Nevada, New Mexico, and Utah for Navy/Marine Corps installations. (2) Professional qualifications and capabilities of the staff to be assigned to this project. Include recent experience in performing field investigations and preparing studies/analyses/plans relating to storm water which involved collection and distribution systems, pollution monitoring plans, containment and control plans, associated GIS mapping, obtaining environmental permits, and interfacing with regulatory agencies (federal/state/local) predominantly in California, and to a lesser extent in Arizona, Nevada, New Mexico, and Utah for Navy/Marine Corps installations. (3) Past performance on contracts with Government agencies and private industry, in terms of cost control, quality of work and compliance with performance schedules. Indicate effectiveness by briefly describing internal quality and cost control procedures; and list recent awards, commendations, and other performance evaluations (do not submit copies). (4) Location in the general geographic area of Navy and Marine Corps installations in California, Arizona, Nevada, New Mexico, and Utah and knowledge of the locality. (5) Capacity to accomplish the work in the required time; indicate the firm's present workload and the availability of the project team (including consultants) for the specified contract performance period; and indicate specialized equipment, particularly related to state of the art stormwater technology (e.g., barcoding, tracking trend analysis). (6) Proposed use of the following types of businesses: Small, small disadvantaged, woman-owned, and HUBZONE small business firms. List the firms used as primary consultants or as sub-consultants. If a large business concern is selected for this contract, it will be required to submit a subcontracting plan that reflects a minimum subcontract participation goals (expressed as percentages of the total proposed subcontract dollar value for this procurement) of 64.3% small business, 14.8% small disadvantaged business, 14.4% to women-owned business, 3.0% to HUBZONE small business, and 3.0% to Service-Disabled Veteran small business of the total amount to be subcontracted out. Architect-Engineer firms that meet the requirements described in this announcement are invited to submit three completed copies of the Standard Form (SF) SF 254 and SF 255 for the firm and copies of a SF 255 for each consultant listed in block 6 of the firms SF 255. Three copies of the submittal package are to be received in this office no later than 3:00 p.m. Pacific Standard Time, March 21, 2003. If the submittal package is being hand delivered, it should be delivered to SOUTHWESTNAVFACENGCOM, Attn: Bea Appling, Code 02R1, 1230 Columbia Street, Suite 870, San Diego, CA 92132. If mailed, it should be sent to SOUTHWESTNAVFACENGCOM, Attn: Bea Appling, CODE 02R1.BA, 1220 Pacific Highway, San Diego, CA 92132-5187. The solicitation number and brief title should be noted on the outside of the submittal package. Submittals received after this date and time will not be considered. Additional information requested of applying firms: indicate solicitation number in block 2b, Contractor's Duns number (for address listed in block 3) and TIN number in block 3, telefax number (if any) in block 3a and discuss why the firm is especially qualified based on the selection criteria in block 10 of the SF 255. For firms applying with multiple offices, indicate the office that completed each of the projects listed in block 8 and list which office is under contract for any contracts listed in block 9. Use block 10 of the SF 255 to provide any additional information desired. SF 255s shall not exceed 20 printed pages. Double-sided pages will be counted as two pages. Pages containing only organizational charts and photographs will not be counted unless the photographs include text. All information submitted for consideration must be included on the SF 255. Any additional items including a cover letter, attachments, and pages in excess of the 20-page limit will not be included in the evaluation process. Firms not providing the requested information in the format directed by this synopsis may be negatively evaluated under selection criteria (3). Firms, their subsidiaries or affiliates, which design or prepare specifications for a construction contract or procurement of supplies, cannot provide the construction or supplies. This limitation also applies to subsidiaries and affiliates of the firm. This is not a request for proposal. Telegraphic and facsimile SF 255s will not be accepted. Site visits will not be arranged during the submittal period. In accordance with DFAR 252.204-7004 all firms must be registered with the Central Contractor Registration (CCR) prior to any award of a contract. To obtain information on registration offerors may call 1-888-227-2423 , or via the Internet at http://www.ccr.gov/. The North American Industrial Classification (NAICS) code for this procurement is 541330, Environmental Engineering Services and the annual size standard is $4.0 million. Contact your local SBA office for more information. Contractors may view this announcement on the Internet at http://esol.navfac.navy.mil. Note: Following an initial evaluation of the qualification and performance data submitted, three or more firms that are considered to be the most highly qualified to provide the type of services required will be chosen for discussions. After discussions the selected firms will be ranked in order of preference, and negotiations will commence with the most qualified firm. See Note 24. In the event of conflict between Note 24 and the narrative of this synopsis, the narrative takes precedence.
 
Record
SN00261633-W 20030221/030219213621 (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.