SOLICITATION NOTICE
C -- Architect-Engineer or Environmental Consulting Services for Environmental Support for NAVFAC Southeast Area of Responsibility
- Notice Date
- 2/2/2010
- Notice Type
- Presolicitation
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- N69450 NAVFAC SOUTHEAST, SOUTHEAST Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
- ZIP Code
- 00000
- Solicitation Number
- N6945010R0005
- Response Due
- 3/2/2010
- Archive Date
- 3/2/2011
- Point of Contact
- Carol Foulk 904-542-6924 Joyce Chilton 904-542-6915
- Small Business Set-Aside
- Total Small Business
- Description
- ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD.Architect-Engineer (A-E) or Environmental Consulting Services that may be required for National Environmental Policy Act (NEPA) Documentation and Environmental Studies Support at Navy and Other DoD installations. Work includes a variety of environmental services associated with the Navy's NEPA Compliance activities including environmental planning and compliance studies with an emphasis on preparation of Environmental Assessment (EA) and/or Environmental Impact Statement (EIS) documentation, to include other related environmental studies in support of environmental planning and compliance efforts within Naval Facilities Engineering Command Southeast's (NAVFAC SE) Geographic Area of Responsibility (AOR). The area covers Alabama, Florida, Georgia, Louisiana, Mississippi, South Carolina, Texas, Bahamas(Andros Islands), Cuba(Guantanamo Bay), and Puerto Rico. The contractor may also, on occasion, be tasked to provide services described herein to any Department of Defense (DOD) or other Federal agency facilities worldwide. NEPA Documentation - NEPA documentation will include the preparation of Environmental Assessments and/or Environmental Impact Statements, including decision documents, in accordance with the National Environmental Policy Act (NEPA) of 1969; Council on Environmental Quality (CEQ) implementing regulations at 40 CFR Parts 1500-1508; OPNAVINST 5090.1C (Environmental Readiness Program Manual), Chapter 5 (The National Environmental Policy Act); Marine Corps Order (MCO) P5090.2A (Environmental Compliance and Protection Manual), Chapter 12 (The National Environmental Policy Act); integrating all relevant environmental laws, regulations, and applicable Executive Orders. The various laws and regulations provided above will require coordination with other federal and state agencies, such as the U.S. Environmental Protection Agency (USEPA), U.S. Fish and Wildlife Service (USFWS), the National Marine Fisheries service (NMFS), the U.S. Army Corps of Engineers (USACE), and pertinent state environmental resource departments and State Historic Preservation Office's, as well as appropriate Native American Tribes. However, all consultations shall be directed and undertaken by the Government.Environmental Studies Support - In addition to the services described above, work supporting NEPA compliance documents may be necessary. The scope of this support includes, but is not limited to: biological assessments, biological evaluations, essential fish habitat analyses, coastal zone management act determinations, environmental baseline surveys, cultural and archeological resource studies, traffic studies, land-use analyses, species surveys, air quality conformity analyses, wetlands delineations, environmental permitting support, environmental monitoring, noise/acoustic studies, weapons impact analysis, and other related studies in support of environmental planning and compliance efforts.SELECTION PROCESS: Evaluation and selection criteria are included in the attached document and herein. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF 330 (Architect-Engineer Qualifications) must be completed by the office, branch, or individual team member actually performing the work under this contract. Projects not performed by the office, branch, or individual team member will be excluded from evaluation consideration. CONTRACT INFORMATION: The duration of the contract will be for one (1) year from the date of an initial contract award with four (4) additional one year option periods. Each performance period will be 365 calendar days. Hourly rates will be negotiated for each calendar year (12 month period) and are independent of which option year is in effect. The total amount that may be paid under the contract (including option years) will not exceed $7,500,000 for the entire contract term. The minimum guarantee for the entire contract term (including option years) is $20,000, which will be satisfied by the award of the initial Contract Task Order (CTO). The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. A-Es are not guaranteed work in excess of the minimum guarantee. The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government subject to workload and/or satisfaction with the A-E performance under the subject contract. There will be no dollar limit per task order and no dollar limit per year. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. The contract will be a Firm Fixed Price Indefinite Delivery - Indefinite Quantity Contract. The estimated start date is 30 May 2010. All submitters are advised that registration in the DOD Central Contractor Registration (CCR) Database (http://www.ccr.gov) is required prior to award of a contract. Failure to register in the DOD CCR Database may render your firm ineligible for award. SUBMISSION REQUIREMENTS: Architect-Engineer Firms/Teams/JV that meet the requirements described in this announcement are invited to submit a separate completed SF 330 for the proposed contract. If an SF 254/SF 255 is submitted for this solicitation, it will not be reviewed or considered. The SF 330 shall be typed, one sided, at least 10 point font or larger and shall not exceed 30 pages, inclusive of all pages except blank divider pages. As an attachment for Section D, provide an organization chart of the proposed team showing the names and roles of all key personnel listed in Section E with the associated firm as listed in Section C. The chart may be an oversize foldout and is not counted in the 30 page limit. Note that all individuals listed in the organization chart are not required to have a resume in Section E, such as administrative or lower level engineering positions. List number of individuals in each discipline not assigned to proposed team who could be used to augment the proposed team (in event of loss of personnel or failure to maintain schedules). Summarize proposed team in tabular form with the following data: a) firm name; b) individual's name; c) work history with the individual consultant firm; d) office location (home or branch office); e) Professional degree(s), and date(s); f) Professional Registration(s), date(s) and state(s); g) assigned team responsibility; h) percentage of time committed to this team; and, i) synopsis of experience including firm name(s), years with each firm and type of experience with each firm. Provide a matrix in Section F summarizing in descending order of significance, at least three of your most relevant projects for the type projects required under the experience category, including the project name, location, description, contract number, contract type, project value, contract value project completion date, point of contact with phone number, key personnel and roles, and percentage of work performed as prime or subcontractor. Include your DUNS, CAGE, and TIN numbers in Block 5 of the SF 330. Provide evidence of professional registration for architects, engineers, and geologists (i.e., State registration numbers). Responses are due no later than 4:00 p.m. EST, on 2 Mar 2010. Mail to: Naval Facilities Engineering Command Southeast, Acquisition Group, Attn: Carol Foulk, Building 903, Box 30, Naval Air Station, Jacksonville, FL, 32212-0030. Late responses will be handled in accordance with FAR 52.215-1. Hand carried or Electronic (E-mail, facsimile, etc.) submissions are not authorized. Submit one original and one copy of SF-330 package. This is not a request for proposal. Numbered Note 1, 24 and 25 applies.EVALUATION FACTORS ARE INCLUDED AS AN ATTACHMENT TO THIS SOLICITATION.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N69272/N6945010R0005/listing.html)
- Record
- SN02055745-W 20100204/100202235448-1e89c269d78ce1419bd44170b9f4bcf1 (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 |