SOLICITATION NOTICE
C -- IDQ FOR FACILITIES PLANNING AND NATURAL/CULTURAL RESOURCES MANAGEMENT PROGRAM SUPPORT, VARIOUS LOCATIONS
- Notice Date
- 5/4/2006
- Notice Type
- Solicitation Notice
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, 1314 Harwood Street Washington Navy Yard, Washington, DC, 20374-5018
- ZIP Code
- 20374-5018
- Solicitation Number
- N40080-06-R-0491
- Response Due
- 6/6/2006
- Description
- SYNOPSIS FOR IDQ FOR FACILITIES PLANNING AND NATURAL/CULTURAL RESOURCES MANAGEMENT PROGRAM SUPPOER, VARIOUS LOCATIONS N40080-06-R-0491 This procurement will be Unrestricted. This work requires architectural and engineering services to support the management and planning of Naval Shore Facilities in the area of environmental planning, natural/cultural resources and environmental compliance program requirements. NAICs Code is 541620. Size Standard is $4.5M. The general intention is to provide such design and engineering services as necessary to support the development of facility concepts in both the planning and/or procurement process of various projects or initiatives worldwide. Two separate Indefinite Quantity A&E contracts will be established to perform the required services. The work requires knowledge and experience in the area of environmental planning and architectural and engineering services, related to both the DOD and Naval Shore Installation Management Mission/Operations, shore facilities planning systems and other federal entities that are clients of NAVFAC. The primary work under this contract requires an in-depth knowledge of a wide range of environmental and natural resource laws and regulations and associated professional experience in gathering, analyzing and report preparation. Also an application of sound planning principles, processes and applicable regulations in the development and refinement of various planning components such as technical reports and studies, site investigations, programming, concepts, and Architectural/Engineering consultation for facilities projects and operations. The contractor shall provide or obtain professional expertise in all pertinent disciplines. This could include, but not be limited to: environmental planning documentation including National Environmental Policy Act (NEPA) documents (Description of Proposed Action and Alternatives DOPAA?s), Environmental Assessments, Environmental Impact Statements, alternative analyses), specialized investigations, surveys, and studies (e.g. wetland studies/mitigation design, threatened and endangered species surveys, Biological Assessments, wildlife surveys); earth science (topography, geology, soils); National Historical Protection Act compliance (cultural resource investigations/research, National Register eligibility determinations, architectural history surveys, archaeology surveys, artifact conservation/pre-storage curation, Section 106 documentation, report preparation, photography, mitigation, construction monitoring, underwater investigations, preparation of exhibits/interpretive materials, and other related studies/efforts etc); traffic studies, analysis, Traffic Management Plans; Clean Air Act Applicability-Conformity analysis; socioeconomic analyses, community outreach plans/events, etc. for a variety of programs and initiatives; landscape studies/plans; and the preparation of associated environmental reports, documentation, studies, plans, maps, measured drawings; and the ability to develop electronic files and incorporate data into Navy data (GIS)systems. All work provided by the contractor shall be performed in accordance with Federal, DOD, Navy/Marine Corps, State and local laws, regulations and policies. Any or all the above services may be required during the period of this contract. Specific services/tasks will be described via scopes of work for individual delivery orders issued by the Contracting Officer. The work requires the contractor to investigate, develop and produce formal documentation in a written and electronic format. All components shall be prepared in accordance with appropriate Department of Navy or Department of Defense instructions/policy, as well as specific instructions contained in the scopes of work. Unless otherwise specified, the final product of specific work orders will generally be a bound report and an electronic file on graphically faced CD readable through commercially available software (typically Adobe Acrobat or MS Word). Bound reports shall include compilation of the required work with all appropriate back-up/support material, including graphics, tables, references, etc. Unless specified in the scope of work, an Executive Summary shall be included at the beginning of all reports. Contractor must be capable of producing GIS data using industry standards compliant with GIS Technology Center?s Spatial Data Standard format. The GIS data must be provided in a form that allows inclusion into other internet or intranet GIS products as specified. The GIS deliverables shall comply with the A/E Guide Section 10 and 11 Computer Aided Design and Drafting (CADD) Deliverables and the CADD/GIS Technology Center?s GIS Spatial Data Standards Release 2.30 or current Release, except as specified in individual Statements of Work. The selected A-E firm for this contract will be required to provide overhead, profit and anticipated disciplines' hourly rates to the Contracting Officer within ten (10) days of receiving the Request For Proposal (RFP). The first delivery order will be identified after initial award of the contract. The selected firm will also be required to participate in an orientation and site visit meeting (when requested), within seven (7) days of notification and provide a fee proposal within ten (10) days after receipt of a request for fee proposal. Each delivery order will be a firm fixed price A-E contract. The total contract amount will not exceed $3 million for the base year with government options to extend the contract for additional years not to exceed a total of three years from initial award. The estimated start date is September 2006. Selection criteria, in relative order of importance are: 1. Specialized experience and professional qualifications of the firm (including subcontractors), and the proposed project team in providing above described planning, architectural and engineering support services; 2. Past experience with Department of the Navy (NAVFAC) Shore Facilities Planning, NEPA documentation, planning regulations and Navy policy;3. Demonstrated sustained capabilities to accomplish work on time while managing multiple and simultaneous delivery orders; 4. Demonstrated capabilities in web based technology and the development and technical support of integrated graphic, pictorial, narrative and tabular data applications, both in electronic and non-electronic format; 5. Past Performance and process of the prime A/E firm (and their subcontractors) in their quality control/quality assurance program to produce technically accurate and well coordinated plans, reports, and studies and in the case of documentation subject to other agency or public review how legal sufficiency is ensured. 6. Location of significant staff relevant project staff with a 100-mile radius of the Washington Navy Yard. Each firm?s past ACASS performance(s) and performance rating will be reviewed during the evaluation process and can affect the selection outcome. Firms that meet the requirements listed in this announcement are invited to submit one copy of the completed SF 330 Architect-Engineer Qualifications, to the office indicated below. Site visits will not be arranged during the advertisement period. This proposed contract is being solicited on an unrestricted basis. Should the due date fall on a weekend or an official Government holiday, the SF 330 is due on the first workday thereafter. Interested firms are requested to include telefax numbers, DUNS number, and Taxpayer Identification Number (TIN) and their A/E Contractor Appraisal Support System (ACASS) number. The A/E firm?s primary person proposed to be the direct contact with NAVFAC Washington throughout the contract work must be identified as the Project Manager. Information in the cover letter and any other attachments will not be included in the official selection review process. Submit the SF 330 to the mailroom in the NAVFAC Washington building, Building 212 , by 3:30 PM on the established due date. Fax and electronic copies of the SF 330 will not be accepted. The total contract amount for this contract will not exceed $3,000,000.00 for each year. The duration of the contract will be for one year with the possibility of two one-year options. This is not a request for proposal. Because the contract could eventually result in an award over $500,000.00, a subcontracting plan will be required by large business concerns. The small disadvantaged business goal in that subcontracting plan shall not be less than 15.8% of the subcontracted work. This goal of not less than 14.23% also applies to women-owned small business concerns. A subcontracting plan is not required from firms classified as a small business. Effective 1 October 1997, A/E contractors are not required to register their firms in the Central Contractor Registration database prior to receiving a contract award. This database provides basic business information, capabilities, and financial information to the Government and complies with the Debt Collection Improvement Act of 1996, which requires Federal agencies to have the Taxpayer Identification Number of every contractor and to pay every contractor through electronic funds transfer. A/E contractor will only have to provide this information once with annual updates or as key company information changes occur. Registration can be accomplished through the World Wide Web at http://www.acqmil/ec; through any DOD Certified Value Added Network; or a paper may be obtained by calling the DOD Electronic Commerce Information Center at 1-800-334-3414. Submit the SF 330 to the mailroom in Building 212, 1314 Harwood Street, SE, 1st Floor Washington Navy Yard, DC 20374-5018 ATTN: MAJESTA HARTLEY by 3:30 PM on the established due date. Due date is 06 JUNE 06 Fax and electronic copies of the SF 330 will not be accepted.
- Place of Performance
- Address: WASHINGTON NAVY YARD, 1314 HARWOOD STREET, SE, WASHINGTON, DC
- Zip Code: 20374-5018
- Country: UNITED STATES
- Zip Code: 20374-5018
- Record
- SN01041358-W 20060506/060504221554 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |