DOCUMENT
C -- A-E ID/IQ SERVICES FOR CERCLA/RCRA/UST STUDIES AND OTHER ENVIRONMENTAL SUPPORT SERVICES - Attachment
- Notice Date
- 10/22/2014
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N62473 NAVFAC SOUTHWEST, ENVIRONMENTAL CONTRACTS CORE CODE RAQE0 1220 Pacific Highway San Diego, CA
- Solicitation Number
- N6247315R0809
- Response Due
- 11/5/2014
- Archive Date
- 2/28/2015
- Point of Contact
- Pamela Sons / (619)417-6239 / pamela.sons@navy.mil
- E-Mail Address
-
pamela.sons@navy.mil
(pamela.sons@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Architecture and Engineering (A/E) Services, IDIQ This is a Sources Sought (SS) announcement. PURPOSE: (1) To seek potentially qualified small business sources, with indication of business size classification, including: - SBA Certified 8(a) - SBA Certified HUBZone Small Business - Service-Disabled Veteran Owned Small Business (SDVOSB) - Economically Disadvantaged Women-Owned Small Business (EDWOSB) - Small Business Note: The applicable size standard for is $15,000,000 in average annual receipts. (2) Determine if the firm(s) will be submitting as any of the following: - 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 sources sought 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 (FedBizOpps). 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 requesting a bid package for solicitation will be accepted, because there is NO bid package solicitation. 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 (TPOC) will NOT be given and NO appointments for presentations will be made. SYNOPSIS: Required NAICS business experience classification code is 541330 “ Engineering Services. Naval Facilities Engineering Command, Southwest is seeking sources with current relevant qualifications, experience, personnel, and capability to provide, under contract, all management, labor, engineering, travel, transportation, equipment, material, and supervision necessary in performing A/E services. Selection of Architects and Engineers (previously the Brooks Act) and Federal Acquisition Regulations (FAR) Part 36.6 selection procedures will apply. Typical work may include environmental engineering, geology, and scientific assistance to support Environmental Restoration Navy (ERN) Program requirements, and similar requirements to complete Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), Resource Conservation and Recovery Act (RCRA), aboveground/underground storage tanks (ASTs/USTs), Military Munitions Response Program (MMRP), Base Realignment and Closure Program (BRAC), and other environmental compliance projects incidental to CERCLA/RCRA studies and cleanup. These services include, but are not limited to, the following: studies, investigations, evaluations, consultations, conceptual design, value engineering, human health and ecological risk assessments, pilot or treatability projects to demonstrate innovative technologies, and operation, monitoring and optimization of environmental treatment or control systems. The Contactor shall also provide engineering services related to either continuation of an existing environmental restoration projects or the implementation of new environmental restoration projects. Performance will be predominantly in the Naval Facilities Engineering Command Southwest (NAVFAC SW) Area of Responsibility (AOR) to include California, and to a lesser extent in Arizona, Colorado, Nevada, New Mexico, Washington, and Utah. Performance may also be performed in the NAVFAC Atlantic AOR and other DOD installations nationwide. To meet mission requirements other federal agencies within the United States geographic area for which NAVFAC is providing environmental services may be required. 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. The Task Order range is $500,000 to $3,000,000. 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 four 12 month option periods. The estimated value is approximately $75 million for the base and all option periods. The firm as the prime contractor 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. Firms must also demonstrate the ability to perform multiple simultaneous projects in dispersed locations. SUBMISSION REQUIREMENTS: Responses shall NOT exceed 22 pages - Two sided pages count as two sheets. Provide copy(ies) of any and all certifications by the Small Business Association (SBA), in support of status as an 8(a), HUBZone Small Business, Service-Disabled Veteran Owned Small Business, Economically Disadvantaged Women-Owned Small Business, and/or Small Business. Provide any and all certifications by the SBA in support of approved Mentor Protégé Joint Venture and/or other Joint Venture Relationship. Copies of SBA Certifications are NOT counted in the page limitation. COVER PAGE: [Limited to two (2) pages] Shall include - (a) The Firm ™s name, address, primary phone number, fax number, Duns Number, and Cage Code (b) The Firm ™s status and size of the business, relative to the NAICS code 541330 (c) Two Points of contact for the Firm, including telephone numbers, fax numbers, and e-mail addresses (d) A short description of the firm ™s history including years in business, number of employees, and main disciplines of the firm (e) A statement verifying ability to meet all security clearance(s) requirements for access to military property/sites/installations. (f) An explanation on how the firm plans on meeting the requirements of the limitations on subcontracting, to include a plan on how the firm plans on self-performing 51% of the work in house. KEY PERSONNEL: [Limited to five (5) pages] Shall include - (a) A one (1) page resume for each of the key personnel demonstrating that he/she meets the qualifications stated in Attachment A. All key personnel must be current employees of the prime contractor. Key Personnel positions are Program Manager, Senior Technical Manager, Quality Control Manager, Certified Industrial Hygienist/Certified Safety Professional, and Contract Administration Manager. EXPERIENCE: [limited to ten (15) pages] Shall include - (a) Five (5) current and past projects performed as a prime contractor within the last five (5) years that show the firm ™s ability to perform the services described above. Limit three (3) pages per project. (b) Firms shall utilize and complete Attachment B for each project. SUBMITTAL PACKAGE REQUIREMENTS: Submit responses via e-mail to pamela.sons@navy.mil. Responses must be in pdf format and should be submitted as one (1) pdf document. It is the firm ™s responsibility to ensure the submission is received. Submittals must be received before 2:00 P.M. Pacific Standard Time (PST) on Wednesday, 5 November 2014. SUBMITTAL INQUIRY POCs: Ms. Pamela Sons, Contract Specialist (619) 532-4624.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A6A/N6247315R0809/listing.html)
- Document(s)
- Attachment
- File Name: N6247315R0809_15-R-0809,_SB_CERCLA_RCRA,_Sources_Sought.pdf (https://www.neco.navy.mil/synopsis_file/N6247315R0809_15-R-0809,_SB_CERCLA_RCRA,_Sources_Sought.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N6247315R0809_15-R-0809,_SB_CERCLA_RCRA,_Sources_Sought.pdf
- File Name: N6247315R0809_ATTACHMENT_A_Min_Qualifications.doc (https://www.neco.navy.mil/synopsis_file/N6247315R0809_ATTACHMENT_A_Min_Qualifications.doc)
- Link: https://www.neco.navy.mil/synopsis_file/N6247315R0809_ATTACHMENT_A_Min_Qualifications.doc
- File Name: N6247315R0809_ATTACHMENT_B.docx (https://www.neco.navy.mil/synopsis_file/N6247315R0809_ATTACHMENT_B.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N6247315R0809_ATTACHMENT_B.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6247315R0809_15-R-0809,_SB_CERCLA_RCRA,_Sources_Sought.pdf (https://www.neco.navy.mil/synopsis_file/N6247315R0809_15-R-0809,_SB_CERCLA_RCRA,_Sources_Sought.pdf)
- Record
- SN03555736-W 20141024/141022234135-dc7426c14ecb884cc982a134620fb833 (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 |