DOCUMENT
C -- Storm Water, Groundwater, Wastewater, and Incidental Potable Water Studies at various Navy and Marine Corps installations in AZ, CA, CO, NV, NM, UT, WA and other DOD installations nationwide - Attachment
- Notice Date
- 6/24/2011
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N62473 NAVFAC SOUTHWEST, ENVIRONMENTAL CONTRACTS CORE CODE RAQE0 1220 Pacific Highway San Diego, CA
- Solicitation Number
- N6247311R2232
- Response Due
- 7/26/2011
- Archive Date
- 9/30/2011
- Point of Contact
- Lea Sili 619-532-2821 Address inquiries to Lea Sili, Contract Specialist at leanora.sili@navy.mil or via telephone: 619-532-2821 or Beatrice Appling, Contracting Officer at Beatrice.appling@navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a small business set-aside procurement. There is no solicitation to download. Architect/Engineering (A/E) services are required for a firm fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Storm Water, Groundwater, Wastewater, and Incidental Potable Water Studies. The work shall be performed at United States Navy and Marine Corps Installations Arizona, California, Colorado, Nevada, New Mexico, Utah, Washington and other DOD installations nationwide. Architect and Engineering services are required to provide services to Navy and Marine Corps Installations to meet their statutory compliance requirements for all of the applicable environmental laws and regulations pertaining to storm water, groundwater, wastewater, incidental potable water, and compliance with similar media requirements to support other related Resource Conservation and Recovery Act (RCRA), Comprehensive Environmental Response and Liability Act (CERCLA), and Base Realignment and Closure (BRAC) projects. The maximum contract value shall not exceed $30,000,000. The minimum guarantee for the entire contract is $5,000 and will be satisfied by the award of the initial task order. The Contract term is for a one-year base period with two (2) one-year option periods. Brooks Act and Federal Acquisition Regulations (FAR) Part 36.6 selection procedures apply. This procurement is set-aside for small business firms. The NAICS Code for this procurement is 541330 and the annual small business size standard is $4.5 Million. SELECTION CRITERIA AND SUBMITTAL REQUIREMENTS: The selection will be based on the following criteria: Criteria (1) Specialized Experience (SF 330 Section F); Criteria (2), Professional Qualifications (SF 330, Section E); The remaining criteria is to be addressed in SF 330, Section H: Criteria (3) Safety; Criteria (4) Past performance; Criteria (5) Location; and Criteria (6) Capacity. Criteria 1 and 2 are of equal importance and the remaining criteria are listed in descending order of importance. SF 330s will be evaluated to determine the most highly qualified firm based on criteria responses. Evaluating past performance 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/individual team member actually performing the work under this contract. Projects not performed by the office/branch/individual team member will be excluded from evaluation consideration. Submission Requirements: the SF 330 Part 1 is limited to 50, 8.5 x11 pages. Minimum font size is 10. Submit the following: a) One (1) original and four (4) copies of SF 330 for the prime offeror (which also includes a completed Part II for the firm and key sub-consultants) addressing the following selection criteria information. CRITERIA 1, SPECIALIZED EXPERIENCE - Demonstrate specialized experience of the firm and/or proposed consultants, within the last 5 years (June 2006-June 2011), in performing multiple simultaneous projects involving field investigations and preparation of storm water compliance management studies, surveys, analyses, reports, storm water pollution prevention plans, storm water monitoring, project work plans, Health and Safety Plans (HASPs), Accident Prevention Plans (APP), Activity Hazard Analyses (AHA), Quality Assurance Project Plans (QAPP), and Sampling and Analysis Plans (SAPs) relating to storm water compliance management, and to a lesser extent incidental potable water, groundwater, and wastewater management. Select projects where firm and/or proposed consultants worked together, if possible, that best demonstrates the firm s capability to perform work similar to that required for this contract. Provide a maximum of ten (10) projects that demonstrate specialized experience with storm water compliance that include storm water field investigations and preparing studies, surveys, monitoring, analyses, project work plans, HASPs, APPs, AHAs, QAPPs, and SAPs relating to storm water compliance management, pollution monitoring plans, spill prevention control and countermeasures, associated GIS mapping, obtaining environmental permits, pilot testing including calibration, installation, replacement and evaluation of environmental equipment, sewer system management plans, groundwater compliance, wastewater compliance, and interfacing with regulatory agencies (federal/state/local) in Arizona, California, Colorado, Nevada, New Mexico, Utah, Washington, and other DOD installations nationwide. CRITERIA 2, PROFESSIONAL QUALIFICATIONS - Provide professional qualifications and capabilities of the staff to be assigned to this contract (grouped by firm, with personnel of the prime contractor or joint venture partner firms first). Key personnel are individuals who will have major contract responsibilities and/or provide unusual or unique expertise. Include recent experience in performing storm water field investigations and preparing studies, surveys, monitoring, analyses, project work plans, HASPs, APPs, AHAs, QAPPs, and SAPs relating to storm water compliance management, pollution monitoring plans, spill prevention control and countermeasures, associated GIS mapping, obtaining environmental permits, pilot testing including calibration, installation, replacement and evaluation of environmental equipment, sewer system management plans, groundwater compliance, wastewater compliance, and interfacing with regulatory agencies (federal/state/local in Arizona, California, Colorado, Nevada, New Mexico, Utah, Washington and other DOD installations nationwide. Include recent experience for key personnel and non-key personnel (that was substantially completed within the past 5 years (June 2006 June 2011) in performing field investigations and preparing studies, analysis, and plans relating to storm water and to a lesser extent potable water, ground water, and wastewater compliance management. Document project experience relating to storm water, groundwater, wastewater and potable water collection and distribution systems, effluent sampling and monitoring plans, containment and control plans, associated GIS mapping, obtaining environmental permits, and interfacing with regulatory agencies (federal/state/local) in Arizona, California, Colorado, Nevada, New Mexico, Utah, Washington and other DOD installations nationwide. Identify professional credentials of the following key personnel: Program Manager, Senior Technical Manager, Quality Control Manager, Certified Industrial Hygienist, and Contract Administration Manager; identify professional credentials for the following non-key personnel: Task Order Manager, Senior Engineer, Engineer, Senior Project Scientist, and Scientist. Key personnel must be an employee of the prime contractor. Resumes for key and non-key personnel are limited to one page each and should cite project specific experience and professional qualifications of the individual s proposed role in this contract. Minimum qualifications of key and non-key personnel are provided in Attachment A. CRITERIA 3, SAFETY The Offeror shall submit the following information: (For a partnership or joint venture, the following submittal requirements are required for each contractor who is part of the partnership or joint venture; however, only one safety narrative is required. EMR and DART Rates shall not be submitted for subcontractors.) (1) Experience Modification Rate (EMR): For the three previous complete calendar years 2008-2011, submit your EMR (which compares your company s annual losses in insurance claims against its policy premiums over a three year period). If you have no EMR, affirmatively state so, and explain why. Any extenuating circumstances that affected the EMR and upward or downward trends should be addressed as part of this element. (2) OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate: For the three previous complete calendar years (2008-2011), submit your OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate, as defined by the U.S. Department of Labor, Occupational Safety and Health Administration. If you cannot submit an OSHA DART Rate, affirmatively state so, and explain why. Any extenuating circumstances that affected the OSHA DART Rate data and upward or downward trends should be addressed as part of this element. (3) Technical Approach for Safety: Describe the plan that the Offeror will implement to evaluate safety performance of potential subcontractors, as a part of the selection process for all levels of subcontractors. Also, describe any innovative methods that the Offeror will employ, to include ensuring and monitoring safe work practices at all subcontractor levels. The Safety Narrative shall be limited to two pages. CRITERIA 4, PAST PERFORMANCE - (a) Past performance on contracts with Government agencies and private industry, in terms of cost control, quality of work, compliance with performance schedules, and reliability of the firm s quality assurance, quality control, and cost programs. Indicate effectiveness by briefly describing internal quality and cost control procedures. Document recent awards and commendations, and other performance evaluations (do not submit copies). (b) Quality Control: Describe the Offerors corporate quality control program, process and procedures, and authorities assigned to the firm s Quality Control Manager. The Quality Control program shall demonstrate knowledge of applicable regulatory requirements related to quality control. CRITERIA 5, LOCATION - Location in the general geographic area of Navy and Marine Corps installations in Arizona, California, Colorado, Nevada, New Mexico, Utah, Washington, and working knowledge of the local regulatory environment in relation to Navy and Marine Corps installations in Arizona, California, Colorado, Nevada, New Mexico, Utah, Washington and other DOD installations nationwide. The preponderance of the work is anticipated to be in Southern California. CRITERIA 6, CAPACITY - Capacity to accomplish the work in the required time: Indicate the firm's present workload, staffing plan, and the availability of the project team (including consultants) for the specified contract performance period; indicate any specialized equipment, particularly related to state of the art storm water compliance, and to a lesser extent potable water, groundwater, and wastewater technology. (e.g., bar-coding, tracking trend analysis, etc.). SELECTION INTERVIEW REQUIREMENTS: Personal interviews will be scheduled with firms slated as most highly qualified. ADDITIONAL INFORMATION: All information must be included in the SF 330 package, (cover letter, attachments, and excess number of pages will be excluded from the evaluation process). Per DFAR252.204.7004, firms must be registered with Central Contractor Registration (CCR) prior to contract award. Registration information is available at the CCR website, http://www.ccr.gov. In addition, offerors must complete the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/login.aspx. In accordance with the Brooks Act, the A-E Firm must be a registered/licensed architectural and or engineering firm and will be required to submit such proof prior to the interview phase of the selection process. In states where a firm is not required to be registered under state law, the name of the relevant architect or engineer, their state registration number, and business license is acceptable. Architect-Engineer firms which meet the requirements described in this announcement are invited to submit a completed SF 330 to the office shown below. SF 330 s are due by July 26th, 2011 at 2:00PM local time. Submittals received after this date and time will be considered in accordance with FAR 15.208. Facsimile and emailed SF 330 s will not be accepted. This is not a request for proposal. The submittal package (original, plus 4 copies) is to be received in this office (NAVFAC Southwest, 1220 Pacific Highway, Attn: Code AQE, Lea Sili, San Diego, CA 92132) no later than the date and time specified above. THIS IS NOT A REQUEST FOR PROPOSAL. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENT IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLANHOLDER LIST WILL BE ISSUED. It is the offeror s responsibility to check the NECO website at http://www.neco.navy.mil for revisions to this announcement or other notices.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A6A/N6247311R2232/listing.html)
- Document(s)
- Attachment
- File Name: N6247311R2232_ATTACHMENT_A.doc (https://www.neco.navy.mil/synopsis_file/N6247311R2232_ATTACHMENT_A.doc)
- Link: https://www.neco.navy.mil/synopsis_file/N6247311R2232_ATTACHMENT_A.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6247311R2232_ATTACHMENT_A.doc (https://www.neco.navy.mil/synopsis_file/N6247311R2232_ATTACHMENT_A.doc)
- Record
- SN02481522-W 20110626/110624234309-7e2fdc57832054c112381fef9cbc6e6f (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 |