Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2015 FBO #5019
SOLICITATION NOTICE

C -- ARCHITECTURAL AND ENGINEERING SERVICES FOR MISCELLANEOUS ENVIRONMENTALENGINEERING SERVICES AT MULTIPLE NASA CENTERS

Notice Date
8/19/2015
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall SpaceFlight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
NNM16561119R
 
Response Due
9/18/2015
 
Archive Date
8/19/2016
 
Point of Contact
Iris Walter, Contracts Administrator, Phone 256-961-7054, Fax 256-961-7148, Email Iris.R.Walter@nasa.gov - Sherry K Fenn, Contracting Officer, Phone 256-544-0285, Fax 256-544-8353, Email sherry.k.fenn@nasa.gov
 
E-Mail Address
Iris Walter
(Iris.R.Walter@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
NASA/MSFC plans to issue a Request for Proposal (RFP) for the following Commercial item/services: The A&E Services to be provided under this procurement consists of miscellaneous environmental engineering services at the Marshall Space Flight Center (MSFC), Alabama; Michoud Assembly Facility (MAF), Louisiana; and Santa Susana Field Laboratory (SSFL), California and other locations as approved in writing by the Contracting Officer. ENVIRONMENTAL SERVICES The miscellaneous environmental services shall include, but are not limited to, the following: Restoration Services Preparation of work and management plans, providing technical support and consultation, providing remediation activities, conducting field investigations and samplings, preparing analytical sampling and testing, developing risk and ecological assessments, developing and monitoring well installations, characterizing and determining extent of contaminations, providing services associated with the operation and maintenance of treatment systems, and community outreach support. All restoration services shall comply with the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), the Resource Conservation and Recovery Act (RCRA), and other appropriate regulations and laws. Compliance Services Conducting compliance audits and inspections to evaluate environmental operations, program strengths and weaknesses, and program objectives. Providing technical consultation and support regarding hazardous waste disposal, chemical inventory, air emissions, sustainable operations, water and wastewater permit requirements, and spill events. Assisting in the preparation and payment of regulatory fees. Providing training to NASA personnel and environmental professionals. Supporting document preparation, maintenance and management of environmental records. Communications Support Services Providing NASA-wide communications support for activities related to environmental remediation, community involvement, sustainability, real property activities, and database planning and management. SCREENING CRITERIA A&E firms responding to this announcement will be required to meet preliminary screening criteria as follows: 1. Must submit a fully completed, current Standard Form 330, A&E Qualifications. 2. Must have experience in providing the required miscellaneous environmental services in compliance with the requirements of the U. S. Environmental Protection Agency (EPA) and other federal, state, and local regulations. 3. Must have the Offerors office located within 150 miles of Huntsville, Alabama. 4. Must have at least 10 employees in the Offerors office. 5. Must have a minimum of 5 professionals in the Offerors office that have experience in the required environmental services. Professionals may be a combination of engineers, geologists, scientists, and environmental specialists. 6. Must have at least one professional engineer and one professional geologist registered in the states of Alabama and Louisiana qualified to stamp work as required. EVALUATION A&E firms will be evaluated during the selection process based on the following factors: 100 maximum points 1. Specialized experience and technical competence in environmental engineering services 40 points 2. Professional qualifications and experience of key personnel listed to perform the required services 20 points 3. Past performance on similar projects in terms of cost control, quality of work, and compliance with performance schedules 20 points 4. Capacity to accomplish the work in the required time 10 points 5. Previous NASA contracts within the last 10 years (i.e., maximum points if firm has not had any NASA contracts within the last 10 years) 5 points 6. Offerors location in the general geographic area of Marshall Space Flight Center (in accordance with FAR 36.602-1(a)(5) [see preliminary screening item #3above]) 5 points ADDITIONAL INFORMATION The following additional information shall be addressed in Section H of Standard Form 330: 1. Provide the names of Government agencies that the Offeror has worked for in the previous 10 years and describe the types of services provided for each agency. Include any NAICS 541330Engineering ServicesSize Standard $15Mexperience (within the last 10 years) as described in Government-wide Numbered Note 24. 2. Discuss the division of services among the proposing team. Include previous experience the team has had working together providing similar required environmental services. 3. Clearly define the capabilities, resources, and responsibilities of the Offeror. PAST PERFORMANCE A&E firms must have Past Performance provided by previous clients. For each project listed in the Example Projects (Section F of Standard Form 330), an A&E Past Performance Report must be prepared. Report (with instructions) is attached. The Offeror shall submit one Past Performance Interview/Questionnaire Form to customer references, for up to 10 of the Offerors most relevant contracts which are currently being performed or have been completed within the last 10 years. The Offeror shall forward the Past Performance Interview/Questionnaire Form for each contract identified above to customer references, along with a transmittal letter to the one provided at the end of the form. The Offeror shall request the customer references to fully complete the questionnaire and return it by September 11, 2015. The Offeror is solely responsible for ensuring that questionnaires are completed and provided to MSFC. Contracts identified on Past Performance Questionnaire which have been completed more than 10 years ago will not be evaluated. In addition to references provided by the Offeror, the NASA Past Performance Database and references known to the A&E Board will be checked as deemed necessary. Instructions for completing the Past Performance Questionnaires are contained on the form. KEY PERSONNEL Individuals proposed as key personnel shall be documented through signed statements (one per person) of their availability status and overall commitment to support the contract for a minimum of one year from date of availability. Further provide the rationale for determining which positions are designated as key and the rationale for selecting each individual. This is not a request for proposal; rather, firms are invited to demonstrate their ability to meet the above requirements. Negotiations leading to award will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 36.6. The staffing level for contractor/subcontractor personnel to be located on-site at MSFC will be subject to negotiations with the selected A&E contractor. The above services are a set-aside 100% for Small Business concerns. Should enough interest be received from any particular subcategory of SB concern (e.g., Small and Disadvantaged Business, 8(a), etc.), we reserve the opportunity to revise the set-aside. A Firm Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract is contemplated with a 5-year ordering period. It is anticipated that the contract will have a minimum obligation amount of $250,000 for the 5-year period. Once this minimum amount is met, the Government will have no further obligation, regardless of remaining ordering period. It is contemplated that Task Order Values will be between $2K and $2.5M, but this is subject to negotiation. Additionally, it is anticipated that the contract will impose a $10M ceiling per year, and a $25M total contract value ceiling. The estimated start date of the contract is March 9, 2016. Submissions must be received at the address shown below no later than 3:00 pm, Local Time on September 18, 2015 in order to be considered. This notice is intended to provide sufficient information for preparation of a Standard Form 330. All firms that respond must submit 3 hard copies of their Standard Form 330 based on information contained in this notice and should not contact MSFC officials by letter or by telephone to request additional information. In addition to three hard copies, one copy shall be prepared and submitted in Word for Windows, version of Microsoft Word 2013 format and shall be provided on quality, virus-scanned, virus-free CD-ROM or DVD. PDF format is acceptable for graphics and photos only. Each electronic media shall provide an external label affixed indicating the name of the company and the solicitation number. All electronic media shall be write-protected and submitted with write protection properly enabled. To the extent of any inconsistency between data provided on the electronic media and the hard copies, the hard copy data will be considered to be the intended data. The address for submission including regular and express mail as well as overnight packages is: Ms. Iris R. Walter, Mail Code PS33, Building 4200, Room G11E NASA George C. Marshall Space Flight Center MSFC, AL 35812. All contractual and technical questions must be submitted in writing (email or Fax) to Ms. Iris R. Walter/PS33 (Fax: 256-544-8993; email: iris.r.walter@nasa.gov not later than 3:00 pm, Local Time on September 3, 2015. Telephone questions will not be accepted. These documents will posted on the NASA Acquisition Internet Service (NAIS) at http://prod.nais.nasa.gov/cgibi n/nais/link_syp.cgi. See Note 24. Provisions of Note 24 apply to this notice except that (a) in the sentence beginning Selection of firms for negotiations, the fourth additional consideration listed is changed to read: (4) past experience, if any, of the firm with respect to performance on contracts with NASA, other Government agencies, and private industry; and (b) in the last sentence, National Aeronautics and Space Administration is substituted for Department of Defense. All responsible sources may submit a proposal which shall be considered by the agency. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. The solicitation and any documents related to this procurement will be available over the Internet. These documents will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA Business Opportunities page is http://procurement.na sa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GMSFC/POVA/NNM16561119R/listing.html)
 
Record
SN03845184-W 20150821/150819235126-415dd41d621f8ef4aa98b3b8dfde38d5 (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.