The RFP Database
New business relationships start here

Sources Sought Synopsis for CLEAN Requirement


Hawaii, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 

This is a Sources Sought Synopsis. The intent of this synopsis is to identify potential Section 8(a) small business concerns, Historically Underutilized Business Zone (HUBZone) small business concerns, woman-owned small business concerns (WOSB), service disabled veteran owned small business (SDVOSB) concerns and small business concerns (SBC) that are capable of providing professional Architect-Engineer (A-E) services in support of the Department of the Navy's (DoN's) Environmental Restoration (ER) Program consisting of the Installation Restoration (IR) Program and Munitions Response (MR) Program in compliance with the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) and other similar programs. 


 


Required services will be performed at various Navy and Marine Corps facilities within the Naval Facilities Engineering Command (NAVFAC) Pacific (PAC), Hawaii (HI), Marianas (MAR), Southwest (SW), and Northwest (NW) Areas of Responsibility (AOR). Services may also be performed for other Department of Defense (DoD) or Federal agencies.  Work will be performed predominantly in Hawaii, Guam, and Southern California and may potentially include other locations including Japan, Diego Garcia, other areas in the Pacific or Indian Oceans, and northwest and southwest continental United States (CONUS) but may also include work worldwide.  These services will be procured in accordance with 40 USC Chapter 11, Selection of Architects and Engineers, as implemented by FAR Subpart 36.6 and will result in a Cost-Plus-Fixed Fee (CPFF), Indefinite Quantity-Indefinite Delivery (IDIQ) type contract. 


 


The Government is seeking the most highly qualified firm to perform the required services, based on the demonstrated competence and qualifications, in accordance with the selection criteria.  All work performed during the life of the contract will be ordered by the Government on an as-needed basis through the issuance of Task Orders (TOs).  Award of a TO is contingent upon the Government and the Contractor agreeing on the estimated cost and fixed fee amount.  The contract term is anticipated to be a 12-month base period with four (4) 12-month option periods or $249,000,000, inclusive of award fee, whichever occurs first. 


 


There is no limit on the total value for all TOs awarded except that no award or combination of awards shall cause the maximum value of the contract to be exceeded.  Individual contract Task Orders will be issued with statements of work which describe the nature of work to be performed and requirements for the period of performance. The Government makes no representation as to the number of Task Orders or the actual amount of work to be ordered.


 


NAVFAC Pacific will use the responses to this Sources Sought synopsis to make the appropriate acquisition decision for the planned procurement.  This is not an announcement of the availability of a solicitation nor is it a means of generating a plan holder's list.  After evaluation of the responses to this synopsis, a pre-solicitation announcement will be published in the "Opportunities" in https://beta.sam.gov if the Government intends to proceed with this procurement.


 

The type of services expected to be performed under this contract consist of, but are not limited to, evaluating existing site information; preparing project planning documents; performing field investigations; analyzing environmental samples; validating and evaluating analytical data; performing human health and ecological risk assessments; participating in meetings with the Navy, natural resource trustees, and regulators; providing community relations support; preparing remedial designs; performing construction oversight; and preparing project reports. Examples of the types of reports that may be produced under CERCLA include Preliminary Assessment/Site Inspection (PA/SI), Remedial Investigation/Feasibility Study (RI/FS), Remedial Design (RD), Engineering Evaluation/Cost Analysis (EE/CA), Action Memorandum (AM), Proposed Plan (PP), Decision Document (DD), Record of Decision (ROD), Remedial Action Work Plans (RAWP), and Remedial Action Completion Reports (RACR). 

 

Services may also include the stages of investigation in accordance with DoD explosive safety regulations for Munitions and Explosives of Concern (MEC) for MR Program sites consistent with CERCLA, progressing from PA/SI through RACR. Services may also include evaluating sites impacted with General Radioactive Material (G-RAM). The required services may also include environmental and engineering services to support various other DoD programs such as: Underground Storage Tank; Subsurface Oil Recovery; Asbestos Abatement; Resource Conservation and Recovery Act (RCRA) and development and maintenance of the Navy Installation Restoration Information System (NIRIS); Electronic Data Management System (EDMS); web page development and maintenance; Geographic Information System (GIS) and graphic support.  

 


All work shall be performed in accordance with all applicable Federal, State, and local policy, guidance, regulations, and laws including, but not limited to: CERCLA, the Superfund Amendments and Reauthorization Act (SARA), the National Oil and Hazardous Substances Pollution Contingency Plan (NCP), RCRA, the Oil Pollution Act of 1990 (OPA 90), the Toxic Substances Control Act (TSCA), the Hazardous Materials Transportation Uniform Safety Act (HMTUSA), the Clean Water Act (CWA), the Safe Drinking Water Act (SDWA), the Clean Air Act (CAA), the Coastal Zone Management Act (CZMA), the Endangered Species Act (ESA), the National Environmental Policy Act (NEPA), the Occupational Safety and Health Act (OSHA).


 


U.S. Army Corps of Engineers Safety and Health Requirements Manual, EM-385-1-1, and all other regulations, policies, and guidance required for contaminant or munitions investigation.


 


The Government will evaluate responses based upon specialized recent experience of the firm and the key personnel; relevant past performance, and financial capacity.  Offerors shall complete and submit the attached Questionnaire, Attachment 1, and if applicable, the Customer Evaluation (Attachment 2).  If your firm has a PPIRS/ACASS evaluations for the projects submitted in Attachment 1, do not solicit evaluations from your customers.  Submit the PPIRS/ACASS evaluations instead. If you do not have PPIRS/ACASS evaluations for the projects submitted in Attachment 1, please solicit evaluations from your customers on Attachment 2 and submit it with Attachment 1.  


 


Firms having the capability to perform this work are invited to submit the required information by 10:00 AM HST on 9 December 2019.  Documents may be submitted via electronic mail to valerie.a.mito@navy.mil  or mailed to Ms. Valerie Mito, NAVFAC Pacific (ACQ34), 258 Makalapa Drive, Suite 100, JBPHH, HI  96860-3134.  Complete information must be submitted as the Government may not seek clarification of information provided. This market survey is for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this market survey or otherwise pay for the requested information.


 


The Government will not provide a debriefing on the results of this survey. All information will be held in a confidential manner and will only be used for the purposes intended.


Valerie A. Mito, Contract Specialist, Phone 8084721494, Email valerie.a.mito@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP