DOCUMENT
C -- A-E Services-Environmental Investig, Permit Applications, Related Studies, Various Navy/Marine Corps Activities, Pacific Basin/Indian Ocean Areas - Attachment
- Notice Date
- 6/29/2015
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
- Solicitation Number
- N6274215R1800
- Response Due
- 7/29/2015
- Archive Date
- 8/13/2015
- Point of Contact
- Velma Wong 8084745720
- Small Business Set-Aside
- Total Small Business
- Description
- THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT STANDARD FORM (SF) 330 IS CONTAINED HEREIN. THIS IS A 100 PERCENT SET-ASIDE FOR SMALL BUSINESS CONCERNS. The proposed contract is being solicited as a 100% small business set aside; therefore, Architect-Engineer Small Business Firms, meeting the requirements described in this announcement are invited to submit a completed SF 330. Services include, but are not limited to, Architect-Engineering Services and Studies at various Navy and Marine Corps Activities, Pacific Basin and Indian Ocean Areas, under the cognizance of Naval Facilities Engineering Command, Pacific (NAVFAC PACIFIC) area of responsibility (AOR). The Contractor shall furnish all labor, transportation, supervision, management, tools, materials, equipment, coordination, and management necessary, 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. Typical work will involve services to support the Navy ™s environmental program in accordance with the laws and applicable regulations of 1) Clean Water Act (CWA); 2) Safe Drinking Water Act (SDWA); 3) Toxic Substances Control Act (TSCA); 4) Resource Conservation and Recovery Act (RCRA); 5) Clean Air Act (CAA); 6) ; and Oil Pollution Act of 1990 (OPA90), and applicable Executive Orders, Department of Defense (DoD)/Navy/Marine Corps policies and instructions, industry standards as adopted by DoD, and applicable environmental governing standards in foreign countries (references (d) “ (g)). The services may include the preparation of analytical studies, reports, management plans, technical evaluations, training material, permit applications, preliminary engineering designs, cost estimates and supporting documents for corrective projects, and performing monitoring/testing/training 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 (c) and statements of work submitted with each project. Many military areas of work anticipated under this contract will not allow the entry of aliens. The field crew of the A-E shall be composed of U.S. citizens who can qualify for access to these areas. The A-E shall also be able to provide personnel who have the capability to obtain Secret Clearance and facilities and equipment to manage classified documents. 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 concur on the amount. The Government will determine the contract task order amount, using the negotiated contract rates to negotiate the level of effort to perform a particular project. The duration of the contract will be for one (1) year from the date of an initial contract award with four (4) additional one year option periods, or to the extent that the maximum contract capacity of $20 Mil is not exceeded. The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government subject to satisfaction of the A-E performance under the subject contract. The NAICS for this procurement is 5413 (541330, Engineering Services with an average annual income for the past three years of ($14 million in annual receipts over the past three (3) years. The Government guarantees a minimum amount of $5,000 for the entire contract. 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 criteria, listed in descending order of importance, will be used to evaluate the qualifications of the A-E firms. 1)Professional qualifications (e.g. education, experience, professional registrations) of key personnel (Principal, project manager, civil engineer, environmental engineer, sanitary engineer, chemical engineer, geologist/hydro geologist, soil engineer, electrical engineer, mechanical engineer, structural engineer, architect, etc.) will be evaluated to demonstrate their competence for satisfactory performance of the full range of environmental services required by this contract. The professional qualifications and past performance of the prime contractor ™s key personnel will be weighted more heavily than that of the team sub-contractors. The qualifications of the offeror ™s staff proposed key personnel shall include the environmental engineering fields of potable water; industrial and domestic wastewater; storm water; oily waste; and dredged material. 2) Specialized recent experience (within the last 5-years) and technical competence of the firm or its particular staff members will be evaluated in demonstrating experience with federal, state, territory and local regulatory requirements, and overseas environmental governing standards, and Navy and other applicable DoD instructions of the Naval Facilities Engineering Command, Pacific (NAVFAC PAC) area of responsibility (AOR) in the following environmental services: a)Potable water utility assessments; b)Wastewater utility assessments; c)Potable water sanitary surveys; d)Sludge handling and disposal management; e)Storm water investigations, permit and management, including low impact development (LID) planning; f)Oily waste, treatment, recycling and disposal; g)Spill prevention and response planning; h)Potable water utility system vulnerability assessments and emergency response planning, i)Hydro-geological modeling; j)Air/ozone-depleting substances (ODS) inventory, permit, modeling and management plan; k)Pollution prevention (P2); l)Solid waste utility system assessment and management plans; m)Hazardous waste management; n)Dredged material; and o)Surveying and cadastral. More importance will be placed on the following environmental engineering fields: Potable water, industrial and domestic wastewater, storm water, solid waste and pollution prevention. The specialized recent project experience and technical competence of the prime firm will be weighted more heavily than that of the team subcontractors. 3) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Preference will be on past performance on contracts with Government agencies. The Government is not restricted to the information provided by the firm and may use other sources to assess past performance information such as the Past Performance Information Retrieval System (PPIRS), Architect-Engineer Contract Administration Support System (ACASS) and inquiries with past customer/clients. 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) Location of the prime firm and subcontractors in the general geographical area of the projects; and familiarity and knowledge of the geographic region within the NAVFAC Pacific AOR. All contractors are advised that registration in the DoD System for Award Management (SAM) Database is required prior to award of a contract. Failure to register in the DoD SAM Database may render your firm ineligible for award. For more information, check the DoD SAM Website: http://www.sam.gov. The following certifications and registrations are also mandatory prior to award of a contract: Wide Area Workflow (WAWF) @ https://wawf.eb.mil/. A-E firms and sub consultants shall provide their DUNS, CAGE, CCR, TIN and CAGE number and business size on their Standard Form (SF) 330, typed and one-sided. As an attachment, provide an organization chart of the proposed team showing the names and roles of all key personnel listed with the associated firm. Provide evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e. State registration number. A-E submittals shall accurately complete all information requested on the SF 330, clearly and specifically; include qualifications in narrative discussion in sufficient detail, addressing each of the foregoing selection evaluation criteria; and prepared in an organized format, in order to be properly evaluated. The A-E firm and team consultants, selected for the resultant contract, will be required to perform throughout the contract term. This solicitation requires all interested firms to have on-line access to email via the Internet. Notifications and correspondence will be via email; therefore, email addresses must be indicated in the SF 330. A-E firms meeting the requirements described in this announcement are invited to submit, SF 330, (3) hard copies), Architect-Engineer and Related Services Questionnaire for Specific Project plus one (1) CD electronic copy to the Commander, NAVFAC PACIFIC, Acquisition Department, Environmental Contracts Division (ACQ32:VW) by 2:00 p.m. HST, Wednesday, 29 July 2015 at the following address: (1) Postal Mailing Address: 258 Makalapa Drive, Suite 100, JBPHH, Hawaii 96860-3134; (2) Personal or courier services: NAVFAC Pacific, Acquisition (ACQ32:VW), 4262 Radford Drive, Building 62, JBPHH, Hawaii 96818-3296. Label lower right corner of outside mailing envelope with A-E Services N62742-15-R-1800. A-E firms utilized by the prime A-E must also submit complete Architect-Engineer Qualifications and resumes. Submit three (3) hardcopies of each form plus one CD electronic copy. Facsimile and electronic submission of SF 330 will not be accepted. SF 330 and electronic copy 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/N6274215R1800/listing.html)
- Document(s)
- Attachment
- File Name: N6274215R1800_Statement_of_A-E_Services__.pdf (https://www.neco.navy.mil/synopsis_file/N6274215R1800_Statement_of_A-E_Services__.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N6274215R1800_Statement_of_A-E_Services__.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6274215R1800_Statement_of_A-E_Services__.pdf (https://www.neco.navy.mil/synopsis_file/N6274215R1800_Statement_of_A-E_Services__.pdf)
- Place of Performance
- Address: COMMANDER, NAVFAC PACIFIC ACQUISITION DEPARTMENT A-E ENVIRONMENTAL CONTRACTS, BLDG 62, 258 MAKALAPA DRIVE, SUITE 100, HONOLULU, HAWAII
- Zip Code: 96860
- Zip Code: 96860
- Record
- SN03779367-W 20150701/150629234712-a4acb71daf3d3561581e22d0a91c202c (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 |