DOCUMENT
C -- Indefinite Delivery Indefinite Quantity Contract for A/E Work for Multimedia Environmental Compliance Engineering Support for Navy, Marine Corps, Other DoD Installations, and Federal Agencies - Attachment
- Notice Date
- 5/28/2015
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N62470 NAVFAC Atlantic Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
- Solicitation Number
- N6247015R8001
- Response Due
- 6/29/2015
- Archive Date
- 7/29/2016
- Point of Contact
- Trellis Haris 757-322-8233 Trellis Harris, Contract Specialist, trellis.harris@navy.mil
- E-Mail Address
-
ine
- Small Business Set-Aside
- N/A
- Description
- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACT FOR ARCHITECTURAL AND ENGINEERING (A/E) WORK FOR MULTIMEDIA ENVIRONMENTAL COMPLIANCE ENGINEERING SUPPORT FOR NAVY, MARINE CORPS, AND OTHER DOD INSTALLATIONS, AND FEDERAL AGENCIES ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD. This UNRESTRICTED procurement is for a Firm Fixed-Priced (FFP) Indefinite-Delivery/Indefinite-Quantity (IDIQ) type contract for Design and Professional Engineering Services required to support Multimedia Environmental Compliance. The intent of this contract is to provide comprehensive Architectural-Engineering (A-E) services to various Navy and other Department of Defense (DOD) installations/organizations world-wide in order to meet statutory compliance requirements for all applicable Final Governing Standards (FGS), DOD, federal, state, local, and installation-specific environmental laws, regulations, and guidance pertaining to the major work categories listed below. This support includes preparation of studies, plans, specifications, design documents, reports, cost estimates and all associated engineering work including, but not limited to, work in the following major categories: Primary Tasks: Petroleum Storage Tank (PST) and Assets Compliance Oil Spill Preparedness and Planning Compliance Air Quality and Clean Air Act (CAA) Compliance Safe Drinking Water Act (SDWA) Compliance Clean Water Act Compliance (Storm Water) Clean Water Act Compliance (Wastewater) Waste and Material Management Additional Tasks: Laboratory Work Environmental Condition of Property Programs Pesticide Management Radon Assessment and Testing Sustainability Work Lead Based Paint (LBP) and Asbestos Environmental Management System (EMS) and Compliance Auditing Support Miscellaneous Tasking Work may include minor incidental system modifications and calibrations at various facilities associated with individual task order work in order to assure compliance and allow for certification and/or testing. Examples of such minor incidental system modifications might include such things as installing a high point vent in a fuel pipe to allow for leak testing, installing a temporary blind flange in a fuel pipe to allow for leak testing a system, repairing an air filter door and replacing an air filter to allow for air emission certification of an incinerator, minor repair of an existing Back-Flow Prevention (BFP) device to allow for proper operation and certification, or other similar modifications. The NAICS code for this contract is 541330, Engineering Work. Size Standard is $50,000,000. The geographic area covered by this contract encompasses Continental United States (CONUS) and Outside Continental United States (OCONUS) locations at Navy and other DOD installations world-wide. The principal geographical regions encompassed by this contract include the following Commander Navy Installations Command (CNIC) Navy Regions: Commander, Navy Region Northwest (CNRNW) Commander, Navy Region Southwest (CNRSW) Navy Region Center Singapore (NRCS)/Singapore Area Coordinator (SAC) Commander, Navy Region Hawaii (CNRH) Commander, Navy Region Japan (CNRJ) Commander, United States Naval Forces Korea (CNFK) Commander, Joint Region Marianas (CJRM) The contractor may also, on occasion, be tasked to provide support described herein to any DOD or other federal agency. The A-E IDIQ contract term shall be for a base period of one year, beginning at date of award, and shall contain four one-year option periods. The minimum guarantee under this contract is $10,000, and the maximum ceiling for this contract is $50,000,000.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247015R8001/listing.html)
- Document(s)
- Attachment
- File Name: N6247015R8001_Intent_to_Contract.pdf (https://www.neco.navy.mil/synopsis_file/N6247015R8001_Intent_to_Contract.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N6247015R8001_Intent_to_Contract.pdf
- File Name: N6247015R8001_PPQ.pdf (https://www.neco.navy.mil/synopsis_file/N6247015R8001_PPQ.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N6247015R8001_PPQ.pdf
- File Name: N6247015R8001_Small_Business_Subcontracting_Plan.doc (https://www.neco.navy.mil/synopsis_file/N6247015R8001_Small_Business_Subcontracting_Plan.doc)
- Link: https://www.neco.navy.mil/synopsis_file/N6247015R8001_Small_Business_Subcontracting_Plan.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6247015R8001_Intent_to_Contract.pdf (https://www.neco.navy.mil/synopsis_file/N6247015R8001_Intent_to_Contract.pdf)
- Record
- SN03746293-W 20150530/150529040710-3cb4d19b00979f46190bfc8d5ae01bbf (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 |