MODIFICATION
C -- Indefinite Quantity Services for Preparation of Environmental Studies and NEPA Documentation in the Southern Division Area of Responsibility
- Notice Date
- 8/18/2004
- Notice Type
- Modification
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, 2155 Eagle Drive, North Charleston, SC, 29406
- ZIP Code
- 29406
- Solicitation Number
- N62467-04-R-0144
- Response Due
- 8/30/2004
- Point of Contact
- Debbie Sanders, Contract Specialist, Phone 843-820-5974, Fax null, - Susan Gerber, Contract Specialist, Phone 843-820-5918, Fax 843-820-5484,
- E-Mail Address
-
debbie.sanders@navy.mil, susan.gerber@navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- The Submission Requirement is modified as follows: The SF 330 that is required for this solicitation is the PDF version NOT the word version. The form can be found on the GSA web site at www.gsa.gov. It is the form that is listed as PDF Version: sf330.pdf (604.8kb), this form is fillable and can be printed. Additionally, the pitch used on the form can be varied to fit the form, but can be no less than 10. ALL OTHER SUMBISSION REQUIREMENTS REMAIN THE SAME. ------------- The Southern Division, Naval Facilities Engineering Command, Charleston, SC, Office of Contracting is currently seeking Small Business firms for Solicitation N62467-04-R-0144, as 100% Small Business Set-Aside. This solicitation is for an Indefinite Quantity for Preparation of Environmental Studies and NEPA Documentation within NAVFAC Southern Division?s Area of Responsibility (AOR). This solicitation will result in the award of two (2) contracts, both of which will be set-aside for Small Business only. The geographic area to be covered by contract number N62467-04-R-0144 will encompass the states of Arkansas, Colorado, Illinois, Indiana, Iowa, Kansas, Kentucky, Louisiana, Michigan, Minnesota, Mississippi, Missouri, Nebraska, North Carolina, North Dakota, Oklahoma, Ohio, South Carolina, South Dakota, Tennessee, Texas, Wisconsin and Wyoming. The geographic area to be covered by contract number N62467-04-R-0167 will encompass Georgia, Florida, Alabama and all Marine Corps Activities. However, work may also be added and performed anywhere as required by the Government to include in offshore or near-shore waters associated with this geographic area. Two (2) separate firms will be selected from this announcement. Qualifying firms may apply for either or both of these contracts. Firms SHALL indicate in Part I, Section A, Block 3 of SF 330 the contract number for which they wish to be considered. The Small Business Size Standard is NAICS (formerly SIC) classification 541330, Engineering Services and the size standard is $4 million dollars. This solicitation will result in the award of two contracts. Contract award is contingent on availability of funds. The duration of the contacts will be for one basic year (approximately $1,000,000/year) with four (4) additional one (1) year option periods. The maximum contract value for each will not exceed $5,000,000. A minimum fee of $25,000 is guaranteed for the first year. This guaranteed fee is a recordable obligation at the time of award and as such shall be fully funded. Total value of orders placed the first year serves as the minimum fee for the option period. Anticipated contract type is a firm fixed-price indefinite quantity contract. NOTE: When a small business receives an award as prime contractor as a result of a small business set-aside solicitation, the small business prime will be required to comply with FAR 52.219-14, Limitations on subcontracting, which states that ?at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern?. 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, (CCR). Failure to register in the DOD CCR database may render your firm ineligible for award. For more information, check the CCR Website: http://www.ccr.gov. The scope of work will primarily include, but is not limited to: Environmental planning and compliance studies with an emphasis on NEPA documents, including biological assessments, essential fish habitat analyses, coastal zone management area determinations, environmental baseline surveys, cultural resource studies, traffic studies, land-use analyses, species surveys, air quality conformity analyses, wetlands delineations, environmental permitting, environmental monitoring, noise/acoustic studies, weapons impact analysis, pollution abatement analysis, i.e., water/wastewater/air pollution/etc., and other related studies in support of environmental planning and compliance efforts. The A/E must demonstrate the following qualifications: (1) Experience of individual team members in the management and completion in a broad range of NEPA documents, (2) Experience of the firm(s) as a team in the management and completion of a broad range of planning and compliance documents, (3) coordination with various Federal regulatory agencies including NMFS, USFWS, EPA and state agencies, (4) The proposed team?s capacity to do multiple simultaneous complex projects, (5) The team?s experience and knowledge in a wide array of subjects including other environmental planning and compliance studies and support documents, (6) The Team?s ability to take directions yet exhibit the appropriate leadership and initiative to accomplish work on their own, (7) The team?s ability to be innovative and flexible to accommodate changes during project completion, (8) Capability of project leaders and their project management skills, (9) Capability to complete large efforts in short timelines, (10) Past performance including ability to provide high quality products, (11) knowledge of federal and state environmental regulations and new or on-the-horizon environmental initiatives that may affect environmental planning studies, (12) knowledge of Navy environmental policy, process and chain of command, (13) knowledge of Navy operations and the ability to compile and utilize operational data (land, air, sea, and sub-sea), (14) direct experience in the EFD SOUTH area of responsibility. The following evaluation criteria?s (numbered in order of importance) will be used in the selection process: 1. PROFESSIONAL QUALIFICATIONS: a. Technical competence (including education, professional registration and recent experience in similar work). 2. SPECIALIZED EXPERIENCE: Applicable to the Scope of the work. 3. PAST PERFORMANCE: Past performance on contracts with DOD agencies and private industry in terms of quality of work, cost control and compliance with performance schedules. 4. CAPACITY: a. Professional ability to perform multiple projects concurrently; and b. Ability to sustain the loss of key personnel while accomplishing the work within the required time limit. 5. LOCATION: a. Knowledge of probable site conditions; b. Geographic location of the firm with respect to the contract area. 6. VOLUME OF DOD WORK: Firms will be evaluated in terms of work previously awarded to the firm by the DOD within the past twelve months with the objective of affecting an equitable distribution of contracts among qualified A-E firms including small and small disadvantaged business firms and firms that have not had prior DOD A-E contracts. SUBMISSION REQUIREMENTS: Standard Form (SF) 254 and 255 will NOT be used and is replaced with Standard Form 330. If the SF 254/SF 255 is submitted for this solicitation, it will not be reviewed or considered. The package is to include two (2) original SF 330s. If applying for both contact numbers submit two (2) copies for each. DO NOT MODIFY THE SF 330 COMPLETE THE FORM AS SPECIFIED IN THE INSTRUCTIONS. The SF 330 and instructions can be found under this solicitation number on our website at http://www.esol.navfac.navy.mil/, when you are at the solicitation, click on the box for ?Get Solicitation Files? it can then be downloaded as a word document. The SF 330 form should be typed, one-sided and not less than 12 pitch font. Do not submit more than 40 pages, this includes the first six pages of the SF 330. In order to assist the committee to more efficiently review all applications, include an attachment after Section C. On the attachment present an organizational chart of the proposed team showing the names and roles of all key personnel listed in Section E and the firm they are associated with as listed in Section C. In block 30 of the SF 330, include a synopsis about your firm that will address the specific criteria that is listed in this solicitation. Include your DUNS, CAGE and TIN numbers, in block 30 of the SF 330 as discussed in the DOD FAR Supplement, Part 204. All interested Small Business concerns will submit two (2) copies of the completed SF 330 for each contract number, verifying their qualifications, to this office by mail at the following address, Naval Facilities Engineering Command, Southern Division, 2155 Eagle Drive, North Charleston, SC 29406, no later than August 30, 2004, by 4:00 pm Eastern Time. E-mail or Facsimile responses will not be accepted. Label lower right corner of outside mailing envelope with "A-E Services, ATTN: ACQ21SG?. Submittals received after this date and time will not be considered and will be handled in accordance with FAR 52.215-1. Site visits will not be arranged during advertisement period. The Contracting Officer for this solicitation is Debbie Sanders and the Contract Specialist is Susan Gerber, (843) 820-5918.
- Place of Performance
- Address: Southern Division's AOR
- Record
- SN00646686-W 20040820/040818212801 (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 |