SOURCES SOUGHT
C -- Environmental Compliance Architect/Engineer Services
- Notice Date
- 2/10/2025 6:54:36 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- FA8751 AFRL RIKO ROME NY 13441-4514 USA
- ZIP Code
- 13441-4514
- Solicitation Number
- FA875125R0005
- Response Due
- 2/25/2025 12:00:00 PM
- Archive Date
- 03/12/2025
- Point of Contact
- Leena Budhu, Phone: 3153302557
- E-Mail Address
-
leenawattie.budhu.1@us.af.mil
(leenawattie.budhu.1@us.af.mil)
- Description
- SPECIAL NOTICE: The Air Force is seeking 8(a), HUBZone, Woman-Owned (WOSB), Economically Disadvantaged Woman-Owned (EDWOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Small Disadvantaged Business (SDB), or Small Business (SB) sources for Architect and Engineering Services - Mechanical/Electrical/Plumbing. This is a Sources Sought Notice and is not a Request for Proposal (RFP). No solicitation is being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Any information provided to the Government as a result of this sources sought notice is voluntary. Responses will not be returned. No entitlement to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses or the Government�s use of such information. The information obtained from responses to this notice may be used in the development of an acquisition strategy and future RFP. If adequate responses are not received, the acquisition may be solicited on an unrestricted basis. This is a sources sought for planning purposes only. GENERAL SCOPE: Architect-Engineer (A-E) services specializing in Environmental Compliance is required for design of miscellaneous environmental compliance projects and supporting services at the Air Force Research Laboratory, Information Directorate and various remote sites (Newport, Stockbridge, Verona, - all located in New York State). Design services (Title 1) required will be in conjunction with environmental compliance type projects, including preparation of drawings, specifications, plans, design analysis, schedules, environmental timelines, surveys, cost of environmental work estimates and supplementary documentation. Also included are Title II Oversight and Monitoring Services as well as Other Services. Due to the nature of site conditions, the Government reserves the right to require the contractor to be present on site within 2 hours of receiving emergency response requests. Firms beyond a 120 mile radius of Rome, NY, should be prepared to demonstrate ability to meet the emergency response time. A draft statement of work is provided in ATTACHMENT 1. A-E qualification should include: 1. Capability to respond within 2 hours to emergency requests, and report any spill defined as reportable in the NYSDEC�s spill reporting and notification requirements guidance. Example emergency requests may include responding to chemical/petroleum spills for containment and/or removal, emergency air sampling, and hazardous waste/material identification and removal. 2. Ability to coordinate emergency responses with local authorities (Local Fire Departments, Hazardous Material Teams, State and Federal Agencies, etc). 3. Various types of A-E Services such as site and/or building investigation, inspection, and testing/monitoring services (air, drinking water, asbestos, lead, PCBs, etc), preparation of studies and reports may also be needed as related to project design and oversight. 4. Ability to provide training in environmental compliance programs, as necessary. Projects could include various combinations of disciplines such as Natural/Cultural Resource Surveys and designs (Wetlands Inventories, Threatened/Endangered Species Surveys, Remediation/Restoration�etc. and their associated surveys, Archeological/Historical Surveys and designs, Timber Surveys and cruises, Real Property Surveys and services, Pesticide Management, Air Quality, Refrigerant and BASH management and SPCC/Tanks management and Pollution Prevention Surveys and management. 5. Ability to review and understand applicability of all regulations that pertain to AFRL/RI and assist the team to come into compliance with any and all updated regulations on a continuing basis. 6. Applicable geographic information systems (GIS) shall be used and shall be compatible with current Department of Defense (DOD) GIS standards. 7. Ability to coordinate and provide Real Property Surveys and Services, Tower Inspections, construction related oversight, monitoring and inspection, Pollution Prevention Assessments, Environmental Training (Hazardous Waste Operations and Emergency Response (HAZWOPER), Occupational Safety and Health Administration (OSHA), Hazardous Materials, Environmental and Resident Engineer, Associated, Asbestos and HazMaterial�etc.) as well as an ability to work the National Environmental Policy Act (NEPA) process from start to finish. NEPA requirements may be within AFRL/RI managed properties or at alternate sites based on mission needs. 8. Ability to complete Hazardous Material/Waste Database Entry and disposal preparations, reporting into Environmental, Safety and Occupational Health-Management Information System and Logistics Readiness Toolkit and Air Quality Database entry, and reporting into Air Program Information Management System and environmental restoration reporting into the Environmental Restoration Program Information Management System as well as provide records management for the Environmental program. 9. Ability to conduct or provide oversight for Interim Remedial Measures (IRM) under Comprehensive Environmental Response, Compensation and Liability Act (CERCLA), Resource Conservation and Recovery Act (RCRA), Environmental Protection Agency (EPA), United States Air Force (USAF), DOD, New York State Department of Environmental Conservation (NYSDEC) and any other applicable requirements, is required by the A-E. IRMs may include indoor and outdoor remediation of soil, groundwater, indoor and outdoor air, industrial cleaning of metals and dusts�etc. 10. Ability to design and provide oversight for environmental compliance, pollution prevention, conservation, construction and restoration systems, programs and documents based on Federal, State and local requirements, on an as needed basis. The minimum amount to be issued under the contract will be the value of the first delivery order. A firm fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will be issued for a period of five years. Performance period will be a basic five-year contract. Projects will be issued to contractor by delivery orders. It is anticipated that no delivery order will exceed $950,000 and that the cumulative amounts of all delivery orders will not exceed $4,500,000 over the five-year contract life. SIZE STANDARD: The North American Industry Classification System code for this procurement is 541330. For reference, the small business size standard is $25,500,000 in average annual revenue over the past three years. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. Additionally, A joint venture agrees that, in the performance of the contract, the applicable percentage specified will be performed by the aggregate of the joint venture participants. (1) In a joint venture comprised of a small business prot�g� and its mentor approved by the Small Business Administration, the small business prot�g� shall perform at least 40 percent of the work performed by the joint venture. Work performed by the small business prot�g� in the joint venture must be more than administrative functions. (2) In an 8(a) joint venture, the 8(a) participant(s) shall perform at least 40 percent of the work performed by the joint venture. Work performed by the 8(a) participants in the joint venture must be more than administrative functions. RESPONSE PROCEDURES: Prime contractors who are 8(a), HUBZone, Woman-Owned (WOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Small Disadvantaged Business (SDB), or Small Business (SB) concerns and who intend to submit a proposal for this notice MUST submit the following by 3:00 p.m. EST, 25 February 2025: (1) a positive statement of your intention to submit a proposal for this notice as a Prime Contractor; (2) a positive statement of your ability and intention to comply with FAR 52.219-14, Limitations on Subcontracting; (3) dated letter or certification from the appropriate competent jurisdiction that evidences 8(a), HUBZone, WOSB, EDWOSB, SDB and/or SDVOSB participation and/or certification such as SBA certification letter or other evidence. (For more information on the definition or requirements, refer to http://www.sba.gov.); and (4) completed Standard Form 330, Part II (ATTACHMENT 2) listing experience in work of similar type and scope identified above, to include contract numbers, project titles, dollar amounts, and points of contact with their current phone numbers. Failure to provide the requested data or accessible points of contact could result in a firm being considered less qualified. All of the above must be submitted in sufficient detail for a decision to be made on the availability of interested 8(a), HUBZone, WOSB, SDVOSB, SDB, or SB concerns. Responses shall be limited to 15 pages. Failure to submit all information requested may result in a contractor being considered �not interested� in this requirement. Firms that meet the requirements described in this announcement are invited to submit their documentation to Mr. Michael Graniero, Small Business Specialist, Email: michael.graniero@us.af.mil with a courtesy copy to Leena Budhu, Contract Specialist, Email: leenawattie.budhu.1@us.af.mil and John Haberer, Contracting Officer, Email: john.haberer@us.af.mil Technical questions may be sent to Leena Budhu at leenawattie.budhu.1@us.af.mil, 315-330-2557 or John Haberer at john.haberer@us.af.mil, 315-330-4378.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e3cb80fb1d444befa272d4df057bdce0/view)
- Place of Performance
- Address: Rome, NY 13441, USA
- Zip Code: 13441
- Country: USA
- Zip Code: 13441
- Record
- SN07338483-F 20250212/250210230034 (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 |