MODIFICATION
C -- Air/Radon Services
- Notice Date
- 3/22/2007
- Notice Type
- Modification
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, South, 2155 Eagle Drive, North Charleston, SC, 29406, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- N69450-07-R-0058
- Response Due
- 4/27/2007
- Description
- The NAICS Code has been changed to 541330; Engineering Services vs. 541310; Architectural Services. This Procurment is advertised UNRESTRICTED. This work includes a variety of engineering services associated with the Navys Air/Radon Projects within Naval Facilities Engineering Command (NAVFAC) Southeast?s Geographic Area of Responsibility (AOR). The area covers Alabama, Florida, Georgia, Louisiana, Mississippi, South Carolina, Texas, Bahamas (Andros Islands), Cuba(Guantanamo), and Puerto Rico. The contractor may also, on occasion, be tasked to provide services described herein to any Department of Defense (DOD) or other Federal agency facilities worldwide. These projects will be assigned on a case-by-case basis as approved by the Contracting Officer. The scope of work will primarily include, but is not limited to, the following professional services: air emission source identification and inventories; emission quantification; regulatory compliance analysis and recommendation for corrective action; emission report preparation as required under the Clean Air Act (CAA) Amendments of 1990, associated federal regulations and state and local laws within the NAVFAC Southeast geographical AOR; construction and operating permit preparation and modification including CAA Title V, Prevention of Significant Deterioration (PSD), New Source Review (NSR) and state and local air permits; analysis, development and implementation of National Emission Standards for Hazardous Air Pollutants (NESHAP) compliance programs; stack testing of emissions and development of emission test protocols; control equipment design and costing; atmospheric dispersion modeling; inventory and development of risk management plans under CAA Section 112(r); modification of existing databases (e.g. Access, Oracle) used for tracking and reporting emission and compliance information as well as development of new databases for emission and compliance tracking; identification, design, costing and analysis of refrigeration and heating, ventilation and air conditioning (HVAC) equipment for compliance with Title VI of the CAA, as well as 40 CFR 82 and OPNAVINST 5090.1B; Indoor Air Quality (IAQ) and radon surveys and studies. The contractor personnel should have an understanding of Environmental Management Systems (EMS) standards, practices and policies to allow products and deliverables developed under this contract to be leveraged to support and promote the EMS and Other Environmental Liabilities (OEL) programs of the Navy, DOD and other Federal agencies. Work performed under this contract involves conducting field work to adequately determine the air quality/radon information and compliance status as cited above. Permit applications necessary for compliance must be developed or modified as appropriate. A professional engineer will sign and seal permit applications; therefore, contractor personnel must consist of at least one professional engineer registered in the applicable state in which work is conducted. The format for all reports shall include both a hard copy and electronic copy. In addition to the services described above, work to be performed under the life of the contract may include developing or modifying inter-relational databases, including Geographic Information Systems (GIS); preparing GIS and AutoCAD drawings; preparing or updating Operation and Maintenance (O&M) Manuals; building foreseeable environmental projects and estimates for budget planning for air quality requirements which requires familiarity with EPRWeb, the Navy Requirements Guidebook and Navy compliance policies; conducting EMS reviews, inspection/gap analyses and/or progress reviews to ensure conformance to a specified standard such as ISO 14001, Navy EMS policy or other standards; conducting OEL assessments, updates, data management and reports particularly in regards to air quality related liabilities; preparing plans and specifications with construction cost estimates; obtaining environmental permits; reviewing shop drawings; providing construction consultation and construction or Title II inspection services; and preparing construction record drawings. This contract may use agreed-to fee schedules and may include additional ordering agents. The contract will be awarded as a firm fixed-price indefinite delivery, indefinite quantity contract not to exceed 365 days from the date of the contract award. This contract will include an option for four one-year extensions and fee including all options will not exceed $5,000,000. TO ORDER THE SOLICITATION PACKAGE: The Government intends to issue the Solicitation Package only on the WEB. It is anticipated the Solicitation will be issued not later than Wednesday, 22 March 2007 with Proposals due on Friday, 27 April 2007 at 3:00pmET. A Standard Form 330 must be completed with all pertinent information. The SUBMITTAL PACKAGE MUST BE RECEIVED IN THIS OFFICE NOT LATER THAN 3:00PM EASTERN TIME ON 27 APRIL 2007. Submittals received after this date and time will not be considered. The entire solicitation, including any plans and the specifications, will be available for viewing and downloading at http://esol.navfac.navy.mil upon issuance. Prospective Offerors MUST, and should immediately register on the web site. The official plan holders list will be maintained and can be viewed and printed from the web. Amendments will be posted on the web site. This will normally be the only method of distributing amendments; therefore, IT IS THE OFFERORS RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. It is imperative that all offerors ensure the information loaded on the website, i.e., email address, telephone number, point of contact, is accurate in order to receive the proper updates. Offerors must include DUNS NUMBER, CAGE CODE, TAX IDENTIFICATION NUMBER and also be registered in the Contractors Central Registration (CCR) in order to participate in this procurement. The website for CCR is http://www.ccr.gov. Submittals should be addressed to: Commanding Officer, Naval Facilities Engineering Command, Southeast, 2155 Eagle Drive, North Charleston, S.C. 29406 Attn: Code PPV/A-E Steve Miller. Label lower corner of the mailing envelope N69450-07-D-0058. Facsimile and electronic submittals will not be accepted. No new work can be added after one year following award of the initial work unless the option year is exercised. There will be no future synopsis in the event the options included in the contract are exercised. The Government guarantees a minimum amount of $20,000 for the base year paid only once for the life of the contract. The total fee available in any given year will be negotiated at the time of the award. Proposal may be subject to an advisory audit performed by the Defense Contract Audit Agency. The following selection evaluation criteria, in relative order of importance, will be used in the evaluation of the A-E firms: 1. SPECIALIZED EXPERIENCE: Recent experience at all levels of the Navy/DOD and industry in: (a) Providing air quality compliance support to include conducting air emission inventories/surveys, emission quantification, regulatory compliance analysis and preparing reports as required under the CAA, associated federal regulations, and state and local laws; (b) Developing and/or modifying air quality permits in compliance with CAA Title V, PSD, NSR and state and local air permitting requirements within the NAVFAC Southeast geographical AOR; (c) Developing and implementing NESHAP compliance programs at Navy/DOD facilities; (d) Performing stack testing and developing test protocols; (e) Developing and utilizing atmospheric dispersion models and programs; (f) Developing and updating relational databases and integrated informational management systems, including GIS applications, for emission quantification and permit compliance management; (g) Identification and analysis of refrigeration and HVAC equipment compliance with Title VI of the CAA and 40 CFR 82; (h) Integrating and implementing air quality products and deliverables within a facility?s overall EMS. 2. PERFORMANCE: (a) Demonstrated ability to apply technical expertise in air quality compliance and management to guide (Navy/DOD) facilities towards improved regulatory compliance as part of normal operating practices. Examples of this include, but are not limited to: forecasting clients needs; providing clients not only what they have requested, but based on expertise, recommending (prior to execution) what they really need (if the two are different); sharing with clients (on a routine basis) programmatic, policy and project-specific expertise obtained during performance of projects and from day-to-day professional contacts so as to enhance client program effectiveness; and (b) Past performance on contracts with government agencies and private industry in terms of quality of work, cost control, and compliance with performance schedules. 3. PROFESSIONAL QUALIFICATIONS: (a) Technical competence (including education and professional registration and recent experience in similar work) and knowledge of the Navy/DOD?s Air Quality/Radon programs and (b) Team members shall have a formal understanding of and shall be familiar with all state specific air quality regulations in the NAVFACSE geographic AOR, all Federal air quality regulations including but not limited to 40 CFR 60, 40 CFR 63, 40 CFR 68, 40 CFR 70 and 40 CFR 82 and Navy policy including OPNAVINST 5090.1B. 4. CAPACITY: (a) Demonstrated professional ability to perform multiple complex projects , in multiple states, concurrently and (b) Ability to sustain the loss of key personal without adverse impact upon assigned tasks and project schedules. 5. LOCATION: (a) Demonstrated knowledge of probable site conditions and state/local regulations and policies in the NAVFACSE geographic AOR and (b) Geographic location of the firm in relation to the NAVFAC Southeast geographic AOR in order to ensure timely response to requests for on-site support. 6. VOLUME OF DOD WORK: Firm(s) will be evaluated in terms of work previously awarded to them by DOD within the past twelve months with the objective of effecting 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. 7. JOINT VENTURE, TEAMING OR SUBCONTRACTOR UTILIZATION: Any large firm that is selected will be required to submit a subcontracting plan before price negotiations begin for contract award. Large business firms will be evaluated on the extent to which they identify and commit to small businesses, veteran-owned small businesses, HUB Zone small business, small disadvantaged businesses, and woman-owned small business concerns as consultant in performance of this contract. In order to assist the committee to more efficiently review all applications, a summary of specialized experience, performance, professional qualifications, proposed team staffing and depth of additional staff support is requested as part of or in addition to the SF 330, as follows: 1. Summarize in descending order of significance at least three of your most relevant projects for each type of project required under the specialized experience category. For each of the presented projects, provide the following information where applicable: (a) project description/location; (b) project cost as compared to your estimates and owner?s programmed amount; (c) currently proposed team members that worked on the project; (d) an owner point of contact, with telephone number; (e) project schedule including any owner approved extensions and final execution schedule, (f) number and dollar value of change orders. 2. Summarize proposed team in tabular form with the following data: (a) firm name; (b) individual's name; (c) work history with the individual consultant firm; (d) office location (home or branch office); (e) Professional degree(s), and date(s); (f) Professional Registration(s), date(s) and state(s); (g) assigned team responsibility; (h) percentage of time committed to this team; and (i) synopsis of experience including firm name(s), years with each firm, and type of experience with each firm. 3. List number the of individuals in each discipline NOT assigned to the proposed team who could be used to augment the proposed team in the event of a loss of personnel or failure to maintain schedules. Provide the information requested for the proposed team members in Paragraph 2 above for the additional staff available to augment the proposed team. 4. A-E?s responding should be prepared to provide their Quality Assurance Project Plan (QAPP) prior to selection interviews once a short list has been approved. The QAPP will include an explanation of the management approach, an organization chart showing inter-relationship of management and team components and specific quality control processes used. In addition to the QAPP, be prepared to provide a listing of present business commitments with their required completion schedules; financial and credit references (include name and telephone numbers of officers at their financial institutions) and performance references other than NAVFAC Southeast (include 3 or more with names and telephone numbers of the contract administrators).
- Place of Performance
- Address: AOR SouthEast, N.Charleston, S.C.
- Zip Code: 29419
- Country: UNITED STATES
- Zip Code: 29419
- Record
- SN01257279-W 20070324/070322221717 (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 |