Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2010 FBO #3128
SOURCES SOUGHT

C -- A/E Investig, Permit Appl, Related Studies of Dredging, Water, Wastewater (Domestic, Industrial), Stormwater, Air, Oil/Oily Waste, and Solid Waste at Var Navy/Marine Actys, Pacific Basin/Indian Ocean

Notice Date
6/16/2010
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N6274210R1820
 
Response Due
7/9/2010
 
Archive Date
7/24/2010
 
Point of Contact
Velma Wong (808) 474-5720
 
Small Business Set-Aside
Total Small Business
 
Description
This proposed contract is a potential small business set aside procurement. The small business size standard classification is NAICS 541330 ($4.5 million in annual receipts). The Government is seeking submittals from small businesses, and if three highly qualified Small Business firms cannot be identified, then THIS PROCUREMENT ACTION WILL BE SOLICITED AS AN OPEN AND COMPETITIVE REQUIREMENT. The required services for the proposed contract will include, but are not limited to, Architect-Engineer services to conduct environmental studies at various locations under the cognizance of the Naval Facilities Engineering Command, Pacific. The services may include the preparation of analytical studies, reports, management plans, technical evaluations, permit applications, preliminary engineering designs, cost estimates and supporting documents for corrective projects, and performing monitoring/testing actions. The A-E must have or be able to obtain microbiology, toxicology and chemistry laboratory services. Work shall be performed in accordance with the requirements of references (a) through (f) and work requests submitted as projects. Projects may involve technical studies, regulatory compliance, planning, design, operation and maintenance in any one or a combination of the following: 1) Water, wastewater and storm water utility investigations and assessment; 2) Water source, treatment and distribution systems; 3) Sewage and industrial waste collection, treatment, disposal systems, and NPDES permit; 4) Industrial wastewater pretreatment systems; 5) Sludge handling and disposal systems; 6) Storm water discharge permit and management, including LID; 7) Oily waste collection and treatment facilities; 8) Spill prevention/response management; 9) Water and wastewater utility system security vulnerability assessments; 10) Hydro-geological Modeling; 11) Air inventory, permit, and mod! eling, and air/ODS management plan; 12) Pollution Prevention (P2); 13) Solid waste utility system assessment and management plans, recycling and landfill closure plan; 14) Surveying and Cadastral. All work shall be performed in accordance with all applicable Federal, State, and local policy, guidance, regulations, and references including, but not limited to: (a) PACNAVFACENGCOM P-74, A-E Guide for Architect-Engineer Firms Performing Services for the Department of the Navy, Pacific Division, Naval Facilities Engineering Command of November 1992;(b) DOD 4270-1M, Construction Criteria of 1 October 1972; (c) DM-5 Series, Civil Engineering; (d) OPNAVINST 5090.1B; (e) CINCPACFLTINST 5090.1B; (f) Overseas Environmental Baseline Guidance Document of 15 March 2000. The contract will be a Fixed Price Indefinite Quantity/Indefinite Delivery type where the work will be required on an as-needed basis during the life of the contract providing the Government and Contractor agree on the amount. The Government will determine the contract task order amount using the negotiated contract rates and negotiate the effort to perform the particular project. The contract will be for a base period and, the Government reserves the option to extend the contract for, an additional four years, or to the extent that the maximum contract total of $5Mil is not exceeded. There will be no future synopsis in the event the options, included in the contract are exercised. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. The following selection evaluation criteria, listed in relative order of importance, will be used in the evaluation of A-E firms: (1) Professional qualifications (e.g. education, experience, professional registrations) of the offeror's staff proposed key personnel in the environmental engineering fields of potable water; industrial and domestic wastewater; storm water; oily waste; and dredged material. The professional qualifications of the prime contractor staff will be weighted more heavily than that of the team subcontractors; (2) Specialized recent experience and technical competence of prime firm or its particular staff members in Federal, State, local, and overseas regulatory requirements of the NAVFAC Pacific AOR in (3) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (4) Capability to deliver on-schedule, high quality work products assuming a workload of six projects totaling $2 Mil at multiple locations within the NAVFAC Pacific AOR occurring concurrently, in addition to ongoing work for other clients.; (5) Familiarit! y and knowledge of the geographic region within the NAVFAC Pacific AOR. A-E firms that are interested and meet the requirements described in this announcement are invited to submita completed Information Summary Matrix in it's entirety, which will be reviewed and evaluated upon receipt. A-E firms shall provide their DUNS, CAGE, CCR and ACASS number in Block 2 of the Information Summary. The firms must have on-line access to E-mail via the Internet for routine exchange of correspondence. Information Summary Matrix should be submitted with 3 hard copies, plus one electronic copy (CD-ROM or 3-1/2" diskette), to, Naval Facilities Engineering Command, Acquisition Department, Pacific Environmental Contracts Division (ACQ32:Velma Wong) by 2:00 p.m. HST, on 9 July 2010, Friday, at the following address: (1) Postal Mailing Address: 258 Makalapa Drive, Suite 100, Pearl Harbor, Hawaii 96860-3134; (2) Hand carry : NAVFAC Pacific, Architect-Engineer Environmental Contracts Branch (Code ACQ32), 4262 Radford Drive, Building 62, Honolulu, Hawaii 96818-3296. Depository hours between 7:00am and 2:00pm, Monday through Friday, except Federal Holidays. Label lower right corner of outside mailing envelope with "A-E Services N62742 10 R 1820". Facsimile and electronic submissions will not be accepted. All submittals will not be returned. This is not a request for a proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274210R1820/listing.html)
 
Record
SN02178718-W 20100618/100616234549-3cab15167f52e641c7d99fd72179ce4d (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 |
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.