Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2012 FBO #3723
SOURCES SOUGHT

C -- A-E SERVICES FOR NATIONAL ENVIRONMENTAL PLANNING DOCUMENTATION (NEPA) FOR UPLAND-DESERT PROJECTS IN, CA, AZ, NV, ALASKA, HAWAII, AND GUAM

Notice Date
2/1/2012
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
N62473 NAVFAC SOUTHWEST, ENVIRONMENTAL CONTRACTS CORE CODE RAQE0 1220 Pacific Highway San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N6247312RSS02
 
Response Due
2/21/2012
 
Archive Date
3/7/2012
 
Point of Contact
CAROL HART, 619-532-1592; BEA APPLING, 619-532-1620
 
E-Mail Address
carol.j.hart@navy.mil
(carol.j.hart@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
National Environmental Planning Documentation (NEPA) for Upland/Desert Projects A-E IDIQ This is a Sources Sought (SS) announcement. PURPOSE: (1) Seek potentially qualified small business architect-engineer sources, with indication of business size classification, including: 8(a) Small Business Small Disadvantaged Business Women-Owned Small Business HUBZone Small Business Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business Note: The applicable small business size standard ceiling is $7.0 million average annual gross receipts for the preceding three fiscal years. (2) Determine if the firm is submitting as any of the following: Prime contractor with subcontractors (team) SBA 8(a) Mentor-Protégé Joint Venture Other joint venture relationship The Government will use responses to this Sources Sought Synopsis to make appropriate acquisition decisions. If, after review of the responses to this synopsis, the Government still plans to proceed with the acquisition, a Pre-Solicitation Announcement will be published to the Navy Electronic Commerce On-line (NECO) system and Federal Business Opportunities (FedBizOps). This is NOT a solicitation announcement for proposals and NO contract will be awarded directly from this Sources Sought announcement. NO reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. NO telephone calls will be accepted for requesting a solicitation package, because there is NO solicitation package. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the Technical Point of Contact will NOT be given and NO appointments for presentations will be made. SYNOPSIS: Required NAICS business classification code: 541620 “ Environmental Consulting Services. Naval Facilities Engineering Command Southwest is seeking qualified architect-engineer sources with current relevant qualifications, experience, personnel, and capability to provide, under contract, all management, labor, incidental engineering, travel, transportation, equipment, material, and supervision necessary in performing architect-engineering services for the preparation of Navy and Marine Corps planning and environmental documents for upland/desert and other projects. Contemplated services shall be performed in accordance with the Unified Facilities Criteria (UFC) 3-800-10N Environmental Engineering for Facility Construction and the Guide for Architectural Engineering Firms (A-E Guide) dated Jan 2000. Work may include, but is not limited to, National Environmental Policy Act (NEPA) documents such as Categorical Exclusions (CATEX), Environmental Assessments (EA), and Environmental Impact Statements (EIS); master planning documentation; facilities planning documentation; and environmental studies and documentation. Environmental studies and documents may include, but are not limited to, historical, cultural, archaeological, traffic, acoustic, geotechnical, air quality, biological assessments, wetlands surveys and Section 404 permitting, and agency consultation and permitting documentation. The primary focus would include project footprints that are inland in desert, upland, or mountain environments and other projects with effects on inland, upland, or mountain resources. The secondary focus would include preparation of planning documents for other types of projects. Primary work locations include California, Nevada, and Arizona; however, the preponderance of work will be located within California. There is the possibility of work being located anywhere in the United States, including Alaska, Hawaii, and Guam. Work will be accomplished under Task Orders written against an Indefinite-Delivery-Indefinite-Quantity (IDIQ) contract. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his/her properly authorized representative, who will issue written Task Orders to the Contractor. Award of Task Orders will be on a firm-fixed-price basis. The proposed contract will be for a base period of 12 months and two 12-month option periods. The estimated value is approximately $30 million. The firm (including subcontractors) MUST be able to demonstrate knowledge AND experience in ALL of the above cited services AND have the ability to obtain appropriate security clearances to access military site/property/installations. SUBMISSION REQUIREMENTS: Responses shall NOT exceed fifteen (15) pages. Two sided pages count as two sheets. Provide copies of any and all certifications by the Small Business Administration (SBA) in support of status as an 8(a), Small Business, Small Disadvantaged Business, Women-Owned Small Business, HUBZone Small Business, Veteran-Owned Small Business, and/or Service-Disabled Veteran-Owned Small Business. Copies of SBA certifications are NOT counted in the fifteen (15)-page limit. One page shall be the cover sheet which MUST include: 1) Firm name, address, and primary phone number 2) Firm ™s status and size of the business relative to NAICS code 541620 3) Two points of contact for the firm, including telephone numbers and email addresses 4) Short description of the firm ™s history, including years in business, number of employees, and main disciplines of the firm 5) State current ability to meet all security clearance requirements for access to military property/sites/installations. Two (2) pages should show: 1) Key employees, both firm and sub-consultants, and their experience relative to the services described above. 2) Demonstrate professional qualifications of your key personnel to perform the services listed above, including professional registrations. 3) List only the team members who actually will perform major tasks under the contemplated contract work scope and their qualifications, which should reflect the individual ™s potential contributions to the contract. Up to ten (10) pages should be dedicated to: 1) Past and current projects that show the firm ™s ability to perform the services described above. There should be only one project per page. 2) Firms submitting responses shall present their information in a matrix format showing projects they have performed for work similar to that described above. Matrix must include the following for each contract/project submitted: 1) Highlight projects comparable ($10,000 - $5,000,000) in scope and complexity as described above. 2) List at least six (6) projects with work located in the Southwestern United States that demonstrate your firm can perform the services (as a whole) listed above. 3) Indicate contract type (firm-fixed-price, cost reimbursement, etc.). 4) Specify total contract price. 5) Specify associated contract numbers AND task order numbers. 6) Specify the from/to dates of contract work performance. 7) Specify the project physical location and description of the contract work requirements. 8) Provide a specific description of the actual work performed. 9) Provide the client ™s name and if applicable, identify the client ™s agency (DoD, Navy, CA State, etc.). 10) Provide at least one (1), preferably two (2), current client point of contact references who are certain to have knowledge of work performance, including reference name, job title, and verified accurate/current contact information: phone number, fax number, and email address. 11) Indicate if your firm was the prime or subcontractor (if a subcontractor, what type of work and percentage of the total contract for which your firm was responsible). SUBMITTAL PACKAGE REQUIREMENTS: Original (paper copy), and three (3) electronic copies on a CD (in MS Word and/or Excel format). Emailed submittals will not be accepted. Submittals must be received before 2:00 P.M. Pacific Standard Time (PST) on 21 February 2012. Submittal mailing and physical address: Naval Facilities Engineering Command Southwest Environmental Contracts Core Office Mail Code: AQE.CH Attn: Carol Hart, CS Building 127, Room 108 1220 Pacific Highway San Diego, CA 92132-5190 SUBMITTAL INQUIRY POCs: Ms. Carol Hart, Contract Specialist, (619) 532-1592 Ms. Beatrice Appling, Contracting Officer, (619) 532-1620
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A6A/N6247312RSS02/listing.html)
 
Record
SN02665465-W 20120203/120201234611-7d71f4d6a15677448b54cdc2df59fd56 (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.