SOURCES SOUGHT
C -- SOURCES SOUGHT - ARCHITECT/ENGINEERING SERVICES FOR ENVIRONMENTAL INVESTIGATIONS, PERMIT APPLICATIONS AND RELATED STUDIES AT VARIOUS NAVY AND MARINE CORPS ACTIVITIES, PACIFIC BASIN AND INDIAN OCEAN AREAS
- Notice Date
- 8/17/2020 6:01:06 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NAVAL FAC ENGINEEERING CMD PACIFIC JBPHH HI 96860-3134 USA
- ZIP Code
- 96860-3134
- Solicitation Number
- N6274220R1803
- Response Due
- 9/1/2020 5:00:00 PM
- Archive Date
- 09/02/2020
- Point of Contact
- Velma S. Wong
- E-Mail Address
-
velma.wong@navy.mil
(velma.wong@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOURCES SOUGHT. THIS PROPOSED CONTRACT IS A POTENTIAL SMALL BUSINESS SET-ASIDE DESIGNATION FOR THIS PROJECT. The North American Industry Classification System (NAICS) is 541330 � Engineering Services. The applicable size standard is $16.5 million in annual receipts.� Naval Facilities Engineering Command (NAVFAC) Pacific, Environmental Contracts Branch, is seeking submittals from small businesses for a potential total small business set aside procurement. IF THREE OR MORE HIGHLY QUALIFIED SMALL BUSINESS FIRMS CANNOT BE IDENTIFIED, THEN THIS PROCURMEENT MAY BE SOLICITED AS A FULL AND OPEN COMPETITIVE PROCURMENT. Architect-Engineering (AE) services required may be at various locations under the cognizance of the Naval Facilities Engineering Command, Pacific for environmental investigations, permit applications and related studies of water, wastewater, storm water, hazardous waste, solid waste and pollution prevention, in accordance with the following laws and applicable regulations: 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); and 6) 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.�� The services include the preparation of reports, permit applications, preliminary engineering designs, cost estimates and supporting documents for corrective projects, and monitoring actions.� Projects will predominantly involve regulatory compliance, planning, �designws, operation and maintenance in any one or a combination of the following: 1) potable water utility assessments; 2) potable water utility assessments; 3) wastewater utility assessments; 4) potable water sanitary surveys; 5) sludge handling anddisposal management; 6) storm water investigations, permit and management, including low impact development (LID) planning; 7) oily waste, treatment, recycling and disposal; 8) spill prevention and response planning; 9) potable water utility system vulnerability assessments and emergency response planning; 10) hydro-geological modeling; 11) air/ozone-depleting substances (ODS) inventory, permit, modeling and management plan; 12) pollution prevention (P2); 13) solid waste utility system assessment and management plans; 14) hazardous waste management; 15) dredged material management plans, and 16) surveying and cadastral, including hydro graphic surveying;�� The AE must have or be able to obtain microbiology, toxicology and chemistry laboratory services. The resultant contract will be a Fixed-Price Indefinite Quantity/Indefinite Delivery where work will be required on an �as-needed basis� during the life of the contract, providing the Government and Contractor agree on the amount. �The Government will determine the contract task order amount using the negotiated contract rates and negotiate the effort to perform the particular project. The contract will be for a base period and, the Government reserves the option to extend the contract for an additional four (4) one year option periods, or to the extent that the maximum contract total of $30Mil is not exceeded. The Governmwent utilizes the following software suite: Microsoft Office Word 2016, Microsoft EXCEL 2016.� In preparation of documents and correspondence, the contractor shall ensure compatibility with the Government�s software. Interested A-E firms who meet the requirements described in this announcement are invited to submit an Information Summary Matrix, accompanied with an Executive Summary to velma.wong@navy.mil by September 1, 2020 at 2:00 P.M. Hawaii Standard Time (HST), which will be reviewed and evaluated upon receipt. �The Summary Matrix must be completed in it�s entirety as the Government will not contact or seek clarification of information provided or solicit any questions. �The market survey is for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. �The Government will not provide a debriefing on the results of this survey.� All information will be held in a confidential manner and will only be used for the purpose intended. �No telephone calls or facsimiles will be accepted. �Responses received after the deadline or without the required information will not be considered. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/cd61bedc55e24651b6db4e1e16bc9e24/view)
- Place of Performance
- Address: JBPHH, HI 96860, USA
- Zip Code: 96860
- Country: USA
- Zip Code: 96860
- Record
- SN05762181-F 20200819/200817230212 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |