SOLICITATION NOTICE
C -- ARCHITECTURAL AND ENGINEERING (A/E) SERVICES FOR A FIRM FIXED PRICE, ID/IQ CONTRACT INVOLVING AIR QUALITY MEDIA COMPLIANCE AT VARIOUS LOCATIONS IN CA, & LESSER EXTENT IN AZ, NV, NM, UT, NM, AK, WA, OR
- Notice Date
- 1/20/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Environmental Contracts Team, Attn: 02R1 1220 Pacific Highway, San Diego, CA, 92132-5190
- ZIP Code
- 92132-5190
- Solicitation Number
- N68711-04-R-1102
- Response Due
- 2/26/2004
- Archive Date
- 3/12/2004
- Point of Contact
- graciela steinway, contract specialist, Phone 6195320774, - graciela steinway, contract specialist, Phone 6195320774,
- E-Mail Address
-
graciela.steinway@navy.mil.navy.mil, graciela.steinway@navy.mil.navy.mil
- Description
- This solicitation is unrestricted, and responses are being accepted from all firms in accordance with the Brooks Act. Business affiliations such as joint ventures, teaming arrangements and other business arrangements capable of meeting the requirements of this contract will be entertained. All responses received by the submittal date/time will be evaluated. Architect and Engineering services are required to provide technical support to Navy and Marine Corps installations to meet their statutory air compliance requirements for all applicable environmental laws and regulations pertaining to air quality, and compliance with similar requirements as required to support other related CERCLA, RCRA, and Base Closure and Realignment (BRAC) projects. The A/E contractor shall provide these services at U.S. Navy and Marine Corps installations and other government facilities predominantly in Southern California, and to a lesser extent in Arizona, Nevada, New Mexico, Utah, Alaska, Washington, Oregon, Idaho, and Montana. The contract will be awarded as a firm fixed-price, indefinite delivery, indefinite quantity contract not to exceed $3,000,000 or 365 days from the date of contract award, whichever comes first. The government has the option to extend this contract for four additional option periods (365 calendar days for each option). The total maximum value for the base term and all option periods shall not exceed $15,000,000. The individual task order limitation may not exceed $1,000,000. The guaranteed minimum contract amount for the base year is $5,000. The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factor for all environmental engineering and environmental sciences services. Evaluation factors (1) through (5) are listed in order of importance: (1) Recent specialized experience of the firm and/or proposed consultants, that was substantially completed in the period between October 1998 and October 2003), in performing multiple simultaneous projects involving field investigations and preparing studies/analyses/plans for air quality requirements involving permitting documentation and support to obtain local, state, and/or federal air permits (including Title V and Title III Requirements of Clean Air Act documentation (CAA Amendments of 1990); preparation of Emergency Planning and Community Right to Know Act (EPCRA) Section 312 and 313 Reports; preparation of air emission growth projections for State Implementation Plan; development of emission reduction credit studies, preparation of air quality conformity applicability determination and analysis; preparation of Contingency Plans, Air Pollution Abatement Plans, New Source Review Plans, Air Toxic Emissions Inventory Reports, Air Toxic Health Risk Assessments, Air Toxic Risk Reduction Audit and Plans, Employee Commute Reduction Plans, 8-hr Ozone and PM2.5 Studies, Air Emission Control Plans, Asbestos and Radon studies, surveys and reports, radon mitigation projects, Ozone Depleting Substances (ODS) substitution studies, and Risk Management Plans and Risk Reduction Audits; preparation and updates to Air Emissions Inventories for Criteria Pollutants and Hazardous Air Pollutants (HAPs), including emissions from non-permitted sources, National Emission Standards for Hazardous Air Pollutants (NESHAP) compliance plans, air quality impact analysis; development of Emission Source Testing protocol and data interpretation; conducting Best Available Control Technology (BACT) & Lowest Achievable Emission Rate (LAER) studies and reports, air dispersion modeling; and integration of air quality data into an Environmental Information Management Systems. Firms shall also document recent experience interfacing with federal, state or local regulatory agencies. Recent documented project experience and participation in working groups within the San Diego County Air Pollution Control District (SDCAPCD); South Coast Air Quality Management District (SCAQMD); Mojave Desert Air Quality Management District (MDAQMD); San Diego County Hazardous Material Management Division (HMMD); Arizona Department of Environmental Quality (ADEQ) boundaries will be evaluated higher than those projects located outside these geographic areas. A maximum of 10 projects listed Block 8 will be evaluated. Indicate which consultants from the proposed team, if any, participated in the above services for each project. In addition, provide a staffing plan and an organizational chart of your key personnel listed in Block 8. (2) Professional qualifications of the staff to be assigned to this project, including participation in working groups and experience that was substantially completed in the period between October 1998 and October 2003,in performing multiple simultaneous projects involving field investigations and preparing studies/analysis/plans for air media requirements involving permitting documentation and support to obtain local, state, and/or federal air permits (including Title V and Title III Requirements of Clean Air Act documentation (CAA Amendments of 1990)); preparation of Emergency Planning and Community Right to Know Act (EPCRA) Section 312 and 313 Reports; preparation of air emission growth projections for State Implementation Plan; development of emission reduction credit studies, preparation of air quality conformity applicability determination and analysis, preparation of Contingency Plans, Air Pollution Abatement Plans, New Source Review Plans, Air Toxic Emissions Inventory Reports, Air Toxic Health Risk Assessments, Air Toxic Risk Reduction Audit and Plans, Employee Commute Reduction Plans, 8-hr Ozone and PM2.5 Studies, Air Emission Control Plans, Asbestos and Radon studies, surveys and reports, radon mitigation projects, Ozone Depleting Substances (ODS) substitution studies, and Risk Management Plans in compliance with California Air Resources Board requirements; preparation and updates to Air Emissions Inventories for Criteria Pollutants and Hazardous Air Pollutants (HAPs), including emissions from non-permitted sources, National Emission Standards for Hazardous Air Pollutants (NESHAP) compliance plans, air quality impact analysis, development of Emission Source Testing protocol and data interpretation; conducting Best Available Control Technology (BACT) & Lowest Achievable Emission Rate (LAER) studies and reports, air dispersion modeling; and integration of air quality data into an Environmental Information Management Systems. Firms shall also document recent staff experience interfacing with federal, state or local regulatory agencies. Recent documented staff experience within the San Diego County Air Pollution Control District (SDCAPCD); South Coast Air Quality Management District (SCAQMD); Mojave Desert Air Quality Management District (MDAQMD); San Diego County Hazardous Material Management Division (HMMD); Arizona Department of Environmental Quality (ADEQ) boundaries will be evaluated higher than those projects located outside the jurisdiction of these agencies. Resumes for key personnel are limited to one page each and should cite project specific experience. (3) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, compliance with performance schedules, and customer satisfaction. Indicate effectiveness by briefly describing reliability of internal quality assurance, quality control and cost control procedures. Also describe how your QA/QC procedures will ensure quality work from your sub-consultants. List recent awards, commendations and other performance evaluation results (do not submit copies). (4) Location in the general geographic area of Navy and Marine Corps installations in Southern California and Arizona, and knowledge of the locality in relation to Navy and Marine Corps installations within these geographic areas. Greater weight will be given to location in proximity to Navy and Marine Corps in Southern California than in Arizona, but if proximity to installation in Southern California is comparable with those of other firms, closer proximity to installations in Arizona will be evaluated higher. (5) Capacity to accomplish the work in the required time. Indicate the firm?s present workload as well as the availability of the key members of the proposed project team (including consultants) during the specified contract performance period. Must be able to participate in impromptu working group meetings with as little as twenty-four hour notice. Indicate specialized equipment available, especially that related to state-of-the-art air media technology. Indicate prior and current security clearances for all key team members. (6) Indicate use of the following types of businesses: Small, small disadvantaged, woman-owned, and HUBZONE small business firms. List the firms used as primary consultants as subconsultants. If a large business concern is selected for this contract, they will be required to submit a subcontracting plan that reflects a minimum of 65.4% small business, 15.1% small disadvantaged business, 14.7% to woman-owned business, 3.1% to HUBZONE small business, and 3.1% to Service-Disabled Veteran small business of the amount to be subcontracted out. Architect-Engineer firms that meet the requirements described in this announcement are invited to submit FOUR COMPLETED COPIES of the Standard Form (SF) 255 and SF 254 for the firm and FOUR COPIES of the SF 254 for each consultant listed in block 6 of the firms SF 255. Firms not providing the requested information in the requested information in the format directed by this synopsis may be considered non-responsive. The submittal package must be received in this office no later than 2:00 p.m. Pacific Standard Time, February 26, 2004. If the submittal is being hand delivered, it should be delivered to SOUTHWESTNAVFACENGCOM, Attn: Graciela Steinway, Code 02R1, 1230 Columbia Street, Suite 870, San Diego, CA 92101. If mailed it should be sent to SOUTHWESTNAVFACENGCOM, Attn: Graciela Steinway, Code 02R1.GS, 1220 Pacific Highway, San Diego, CA 921325187. The solicitation number and brief title should be noted on the outside of the submittal package. Should the due date fall on a weekend or holiday, the submittal package will be due the first workday thereafter. Submittals received after this date and time will not be considered. Additional information requested of applying firms: indicate solicitation number in block 2b, Contractor's DUNS number (for address listed in block 3) and TIN number in block 3, telefax number (if any) in block 3a and discuss why the firm is especially qualified based on the selection criteria in block 10 of the SF 255. For firms applying with multiple offices, indicate the office that completed each of the projects listed in block 8 and list which office is under contract for any contracts listed in block 9. Use block 10 of the SF 255 to provide any additional information desired. SF 255s shall not exceed 30 printed pages. Double-sided pages will be counted as two pages. Pages containing only organizational charts and photographs will not be counted unless the photographs include text. All information submitted for consideration must be included on the SF 255. Any additional items including a cover letter, attachments, and pages in excess of the 30-page limit will not be included in the evaluation process. This also applies to subsidiaries and affiliates of the firm. The government will assess each offeror?s financial capability to perform on the instant contract. As a result, firms submitting SF-255?s and SF-254?s shall provide as part of their submittal package, ONE COPY of the following additional information: (1) The company?s Dun and Bradstreet Number (DUNS) Comprehensive Report for the Prime Contactor and each party to a Joint Venture. (2) Evidence of availability of working capital to that will be used for the performance of the resultant contract for the Prime Contractor and each party to the Joint Venture: and (3) The company?s last two complete fiscal years? financial statements, audited, reviewed, or compiled by an independent accounting firm, including the accounting form?s cover letter and full disclosure notes for the prime and each party to a joint venture. Firms shall provide its current year-to-date financial statements as of the quarter ending prior to the submission of offers. Any firm that intends to rely on the financial backing of its parent corporation must submit separate financial statements for both the partially-owned or wholly-owned subsidiary and the parent corporation. If a partially owned or wholly-owned subsidiary relying on the financial backing of the parent corporation cannot submit its own financial statements, provide a detailed explanation why. If a partially owned or wholly owned subsidiary that will be performing the contract is relying on a parent corporation for financial backing, a financial guarantee letter must also be submitted. The financial statement documents will not be counted against the SF-255 page count. Firms, their subsidiaries or affiliates, which design or prepare specifications for a construction contract or procurement of supplies, cannot provide the construction or supplies. This limitation also applies to subsidiaries and affiliates of the firm. This is not a request for proposal. Telegraphic and facsimile SF 255s will not be accepted. Site visits will not be arranged during the submittal period. In accordance with DFAR 252.204-7004 all firms must be registered with the Central Contractor Registration (CCR) prior to any award of a contract. To obtain information on registration offerors may call 1-888-227-2423, or via the Internet at http://www.ccr.gov/. The North American Industrial Classification (NAICS) code for this procurement is 541330, Environmental Engineering Services and the annual size standard is $4.0 million. Contact your local SBA office for more information. Contractors may view this announcement on the Internet at www2.eps.gov/ and http://esol.navfac.navy.mil. Note: Following an initial evaluation of the qualification and performance data submitted, three or more firms that are considered to be the most highly qualified to provide the type of services required will be chosen for discussions. After discussions the selected firms will be ranked in order of preference, and negotiations will commence with the most qualified firm. See Note 24. In the event of conflict between Note 24 and the narrative of this synopsis, the narrative takes precedence.
- Record
- SN00506881-W 20040122/040120212317 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |