SOLICITATION NOTICE
C -- Environmental A&E Services
- Notice Date
- 3/8/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of the Air Force, Air Mobility Command, 87th CONS, 2402 Vandenburg, McGuire AFB, New Jersey, 08641, United States
- ZIP Code
- 08641
- Solicitation Number
- Environmental_Architectural_and_Engineering_Services
- Archive Date
- 7/8/2013
- Point of Contact
- Theresa H. Stauffer, Phone: 6097544408, Kyle E.G. Smith, Phone: 6097543897
- E-Mail Address
-
theresa.stauffer.1@us.af.mil, kyle.smith.45@us.af.mil
(theresa.stauffer.1@us.af.mil, kyle.smith.45@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Environmental A&E Service for Engineering Projects for the United States Air Force, Joint Base-McGuire-Dix-Lakehurst, New Jersey. The proposed contract listed herein is for a Multiple Award, Indefinite-Delivery Contract (IDC) Environmental Architect-Engineer (A&E) Service Contract and is identified by Solicitation Title: Environmental A&E Service. The following services may be required: preparation of environmental engineering, hazardous, and toxic waste type projects to include but not limited to PCB testing & abatement, asbestos testing & abatement, lead paint testing and abatement, soil, water and solid waste testing, underground storage tank testing and removal, aboveground storage tank testing & removal, noise assessment, wetlands delineation, mold surveys/investigations, cultural/natural resources surveys, archeological surveys, environmental baseline surveys, environmental assessments, environmental impact statements, and range management. Other services will include the development of design and construction documents including plans, specifications, cost estimates, design analyses, and construction services for various projects related to the above. Other design services that may or may not be required will consist of but are not be limited to one or more of the following: rehabilitation/construction of buildings, building repairs, additions and alterations, road and site improvements, sanitary and storm water systems, utility systems, underground storage fuel storage tank systems, HVAC and plumbing systems, fire protection systems, electrical distribution systems, telecommunication systems, fire alarm systems, asbestos, and lead and PCB abatement. The intent is a 100% Small Business Set-Aside for the selection of four (4) Small Business firms consisting of: two (2) Small Business, one (1) Service Disabled Veteran Owned Business and one (1) Woman Owned Small Business. The North American Industry Classification Code (NAICS) for this requirement is 541330 - Engineering Services, which has small business size standard of $14.0 million. The contract will be awarded with a one-year base period and four one-year option periods. The following criteria will be evaluated and selection will be based on significant specific evaluation factors in the following relative order of importance: Criteria A, B, C & D are the primary evaluation factors. Secondary criteria, E & F, will be used as "tie-breakers" among technically equal firms: A. PROFESSIONAL QUALIFICATIONS: The firm selected and its consultants must have experience in the following disciplines and have the appropriate registration in the state of New Jersey. Disciplines that may be required are: Civil Engineer, Environmental Engineer, Environmental Scientist, Geo-technical Engineer, Geologist/Hydro-geologist, Archeologist, Toxicologist, Environmental/Engineer Technician, GIS Analyst; Architectural, Civil, Structural, Mechanical, Electrical, and Environmental Engineering capabilities, including Topographical and Geo-technical Surveying capabilities, are required. The firm must also identify a Fire Protection/Detection Specialist /Engineer with the appropriate Professional Engineer licensing, Certified Industrial Hygienist, (Certification Number & Date Received Required) Lead/Asbestos Abatement Inspector, Specification Writer, Cost Estimator, and a 2-Man Survey Crew. Maintenance and repair design experience and new construction design experience are also required. Familiarity with Military Design is preferred for major disciplines. Firms not having full in-house capability must demonstrate their ability to manage consultants and insure quality control. The firm shall be required to submit a Quality Assurance/Quality Control Plan as part of their submission. The firm shall identify the quantity and number of personnel in each discipline available in their working office. B. SPECIALIZED EXPERIENCE AND TECHNICAL CAPABILITY: Previous experience with design of projects on military installations or within an academic environment is preferred. Experience in the preparation of Project Funding Justification Document (DD1391) is also preferred. Responding firms should indicate their ability to access an electronic bulletin board and Automated Review Management System (ARMS) through an IBM compatible PC. Past experience with the United States Army Corps of Engineers' Gold Micro-Computer Aided Cost Estimating System (MCACES) and the most current version of Excel, or the firm's capability to use these programs is required. In addition, firms should indicate their Computer Aided Design and Drafting (CADD) with Auto-CADD capability. The selected firm will be responsible for designing to SPECINTACT-Unified Facilities Guide specifications. C. CAPACITY TO ACCOMPLISH WORK: Firms must demonstrate their ability to complete work within the required time-frame specified for each individual task order, including multiple task orders. Provide examples of both in Block H of the SF 330. D. PAST PERFORMANCE: Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules will be evaluated. Contractor will provide all Architect-Engineer Contract Administration Support System (ACASS) evaluations, within the last 5 years. Excellent performance evaluations on projects that have recently been completed will be considered or letters of recommendation for those firms that have not held previous government contracts and or firms that are now subjected to the new Contractor Performance Assessment Reporting System (CPARS) evaluation criteria will be accepted. E. LOCATION: Knowledge of local site conditions, the locality of the project and applicable regulatory requirements must be demonstrated. Ability of firm to ensure timely response to request for on-site support is required. F. VOLUME OF WORK: Contractors shall supply past work history on any work performed with other Department of Defense agencies to include any partnerships required to complete the project. Provide examples of partnerships that involve participation of small businesses, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team reflected as a percentage of the total estimated effort. SUBMISSION REQUIREMENTS: Firms that desire consideration and meet the requirements described in the announcement are invited to submit: Six (6) hard copies of the SF-330 package. A completed SF 330 (revised 6/04) for the prime firm and for each consultant shall be sent no later than the close of business 04:30 PM EST on 8 April 2013. Copies of all SF 330's for all firms, which are not short listed, will be held for 30 calendar days after the notifications are sent out. All firms interested in responding to this announcement must be registered with the System for Award Management (SAM) at https://www.sam.gov. Failure to register will render a qualified firm ineligible to receive a contract award. As a part of this submittal, it is required that all responding firms clearly present billing amounts for all work done with Corps of Engineers as well as all other Department of Defense agencies, for the 12 months preceding this announcement. As a requirement for negotiations, the selected contractor(s) will submit for government approval a quality control plan that shall be enforced throughout the life of the contracts. The 87th Contracting Squadron's Contracting Officer reserves the right to terminate negotiations, with firms that do not respond to Government requests for proposals, information, documentation, etc. in accordance with established schedules. Include ACASS number in block 5 on the SF 330. Call the ACASS Center at (503) 808-4591 for information on obtaining an ACASS number. No other notifications for this project will be made. Points of Contact: Marlow Dotts, Contracting Specialist, 609.754.5917 or marlow.dotts.1@us.af.mil Theresa Stauffer, Contracting Specialist, 609.754.4408 or theresa.stauffer.1@us.af.mil Kyle Smith, Flight Deputy, 609.754.3897 or kyle.smith.45@us.af.mil Lynn Womack, Team Lead, 609.754.4951 or lynn.womack@us.af.mil Dana Deyampert, Contracting Officer, 609.754.2717 or dana.deyampert@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/Environmental_Architectural_and_Engineering_Services/listing.html)
- Place of Performance
- Address: 2402 Vandenberg Ave, Joint Base McGuire-Dix-Lakehurst, New Jersey, 08641, United States
- Zip Code: 08641
- Zip Code: 08641
- Record
- SN03007874-W 20130310/130308234748-47e2d4b38a70cbba91047cae6f3c9578 (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 |