Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2007 FBO #1945
SOURCES SOUGHT

C -- IDQ FOR FACILITY PLANNING, ENVIRONMENTAL, AND EXPLOSIBES SAFETY SERVICES FOR ENERGETICS RDT&e AND MANUFACTURING PROJECTS, VARIOUS LOCATIONS, NAVFAC WASHINGTON

Notice Date
3/23/2007
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, 1314 Harwood Street Washington Navy Yard, Washington, DC, 20374-5018, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N40080-07-R-0495
 
Response Due
4/3/2007
 
Archive Date
4/18/2007
 
Description
The Naval Facilities Engineering Command, Washington, DC is seeking eligible 8(a), Hubzone, service-disabled veteran-owned small businesses and small business firms capable of performing the following: 1. Specialized Experience. Past successes of the firm as demonstrated by its performance evaluations on government work shall be provided. Identify specific personnel and consultants that worked on these projects: (a) Demonstrate specialized experience on DOD bases, or similar government installations, dealing with a wide variety of facility planning, environmental, and explosives safety services. Also demonstrate experience with RDT&E and manufacturing processes involving energetics and industrial chemicals. (b) Demonstrate current knowledge of DOD, and Navy, facility planning regulations, criteria, and guidance, including current AT/FP criteria, and NAV2030. (c) Demonstrate experience with DOD, and Navy, facility planning software packages, including web-based Electronic Project Generator (EPG) and ECONPACK. (d) Demonstrate experience with preparing engineering cost estimates using historical data, SUCCESS/PACES, RSMeans, and the Tri-Services Unit Price Book. (e) Demonstrate specialized experience with NEPA studies and consultations with regulatory agencies, including USFWS, SHPO, and state environmental agencies. Also demonstrate knowledge of NEPA and associated federal, state, and local regulations and specialized training in related Navy guidance and initiatives. (f) Demonstrate specialized experience in DOD explosives safety planning, including knowledge of NAVSEA OP-5 Ammunition and Explosive Ashore Safety Regulations for Handling, Storing, Production, Renovation and Shipping, use of the Web Site Approval Request (WebSAR) system, and training of key personnel by the Naval Ordnance Safety and Security Activity (NOSSA) through AMMO-36 (Explosives Safety for Naval Facility Planning). Receiving training in Explosives Safety for Naval Facility Planning - AMMO 36 is mandatory, and training in Basic Explosives Safety - AMMO 18/49 and Electrical Explosives Safety for Naval Facilities - AMMO 29 is recommended. (g) Demonstrate experience and required licenses and/or accreditations in hazardous material (e.g., asbestos, lead, lead paint) testing and abatement planning. (h) Demonstrate experience with sustainable design/LEED, master planning, and area development. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government?s best interest. This office anticipates award of a contract for these services no later than December 2007/ January 2008. The appropriate NAICS Code is 541320, size standard $4.5M. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential 8(a), Hubzone, service-disabled veteran-owned small business and small business sources prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 25 pages in length, singled-spaced, 12 point font minimum) demonstrating ability to perform the requested services. This documentation shall address, as a minimum, the following: (1) Relevant Experience to include experience in performing efforts of similar size and scope within the last five years, including contract number, indication of whether a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced relates to the technical serviced described herein. (2) Company profile to include number of employees, office location(s), DUNS number, CAGE Code, and statement regarding small business designation and status. The package shall be sent by mail to the following address: Naval Facilities Engineering Command, Washington, 1314 Harwood Street, SE, Building 212, Washington Navy Yard, Washington, DC 20374-5018 (Attn: Majesta J. Hartley). Submissions must be received at the office cited no later than 2:00 PM Eastern Standard Time on 03 April 2007. You may e-you?re your submission to majesta.hartley@navy.mil. Questions or comments regarding this notice may be addressed to Majesta J. Hartley either by e-mail at majesta.hartley@navy.mil or by phone (202) 658-3227.
 
Place of Performance
Address: 1314 Harwood St. SE, Washington Navy Yard, Washington, D.C.
Zip Code: 20374
Country: UNITED STATES
 
Record
SN01258266-W 20070325/070323222917 (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.