SOLICITATION NOTICE
C -- Environmental Restoration Architect-Engineering IDIQ
- Notice Date
- 3/27/2025 5:06:43 PM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NAVFACSYSCOM NORTHWEST SILVERDALE WA 98315-1101 USA
- ZIP Code
- 98315-1101
- Solicitation Number
- N4425525R2001
- Response Due
- 4/28/2025 12:00:00 PM
- Archive Date
- 05/13/2025
- Point of Contact
- Solomon Ocansey, Kimberly Gillette
- E-Mail Address
-
solomon.a.ocansey.civ@us.navy.mil, kimberly.a.gillette4.civ@us.navy.mil
(solomon.a.ocansey.civ@us.navy.mil, kimberly.a.gillette4.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- N44255-25-R-2001 INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR ENVIRONMENTAL RESTORATION SERVICES AT VARIOUS ACTIVITIES UNDER THE COGNIZANCE OF THE NAVAL FACILITIES ENGINEERING COMMAND (NAVFAC) NORTHWEST AREA OF RESPONSIBILITY Description: This procurement will result in one Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Environmental Restoration Architect-Engineer (AE) services primarily for environmental projects at various locations within the Naval Facilities Engineering Systems Command Northwest (NAVFAC NW) Area of Responsibility (AOR). The principal geographical regions encompassed by this contract include the states of Washington, Alaska, Oregon, Idaho, Montana, Wyoming and NAVFAC installations in other areas of the United States. The preponderance of the work is expected to be performed in the states of Washington and Alaska. The exact location of the requirements will be designated on individual Task Orders. These services will be procured in accordance with 40 USC Chapter 11, Selection of Architects and Engineers, as implemented by FAR Subpart 36.6. The IDIQ contract will be for a base period of 24 months, with one 36-month option period and an additional option to extend services not to exceed six (6)-months, for a maximum duration of 66 months. The total fee for the contract term shall not exceed $45,000,000. The guaranteed minimum for the contract term (including option years) is $5,000. Firm-fixed price task orders will be negotiated for this contract. The value of individual task orders executed under this contract will range from $5,000 to $5,000,000; task orders may be awarded above this range on a limited basis. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. Anticipated start date is (January 2026). The market research study (Sources Sought) N44255-24-R-2001 conducted by NAVFAC NW included an assessment of relevant qualifications and capabilities of potentially qualified firms. As a result of the market research analysis, a determination was made to set aside this procurement for Small Business. The NAVFAC NW Small Business Deputy concurs with this decision. The Small Business size standard classification is North American Industrial Classification System (NAICS) Code 541330 � Engineering Services and the annual small business size standard is $25.5M. The Government seeks the most highly qualified firm to perform the required services, based on the demonstrated competence and qualifications, in accordance with the selection criteria. Firms shall provide a full range of AE environmental services for program management and technical services including: (a) Those in support of the Defense Department's Environmental Restoration Program (ERP), which includes the Installation Restoration (IRP) and Munitions Response (MRP) programs (b) Compliance with the Comprehensive Environmental Response Compensation and Liability Act (CERCLA) of 1980 as amended and the Resource Conservation and Recovery Act (RCRA) of 1976 as amended (c) Support of Navy and Marine Corps Base Realignment and Closure (BRAC) efforts and (d) similarly complex local and state regulations are also included. The awarded contract will be subject to specific provisions addressing the avoidance of organizational conflicts of interest. The prime firm for this contract will be required to perform throughout the contract term. Interviews may be scheduled with firms slated as the most highly qualified. Firms slated for interviews may be asked to clarify information contained in the SF330 submittal. Elaborate presentations are not desired. Cost estimates shall be prepared by a professional cost estimator, using R.S. Means, Remedial Action Cost Engineering requirements (RACER), historical data, or Tri-Services Unit Price Book databases, and using SUCCESS cost estimating software (also available on the Whole Building Design Guide (WBDG) website in the Construction Criteria Base (CCB) database http://www.wbdg.org/ccb/ccb.php. Computer drawing data shall be provided on electronic media compatible with AutoCAD or as otherwise directed in each task order. Individual task orders may require that specifications be prepared using SPECSINTACT software and will also be provided in Portable Document Format (PDF) suitable for posting to Government websites during solicitation. Design using Syst�me Internationale (SI) Metric Units may be required. SELECTION CRITERIA Firms responding to this synopsis will be evaluated in accordance with (IAW) Federal Acquisition Regulations (FAR) Part 36.6 (Selection of Architects and Engineers) to determine the most highly qualified firms to perform the required services in accordance with the published selection criteria. Failure to comply with instructions or provide complete information may affect the firm�s evaluation or disqualify the firm from further consideration. The selection will be based on the criteria listed below. Criteria 1 and 2 are valued equally. However, Criteria 1 & 2 (individually and/or combined) are significantly more important than Criteria 3 through 6 (individually and/or combined) listed in descending order of importance; 1. Specialized Experience 2. Professional Qualifications and Technical Competence 3. Past Performance 4. Program Management, Capacity and Location 5. Volume of Work 6. Quality Control SF 330s will be evaluated to determine the most highly qualified firm based on criteria responses. Evaluating past performance and experience may include review of information provided by the firm, customer inquiries, government databases, and other publicly available sources. Failure to provide requested data, inaccessible points of contact, or invalid phone numbers could result in a firm being considered less qualified. The following elements may result in a higher rating and should be addressed accordingly when preparing criteria responses: a) Completed projects that demonstrate association between team members submitted in Criteria 1 and key personnel identified in Criteria 2; b) Firms demonstrating experience in the specific components identified in Criteria 1; c) Firms demonstrating experience within the project value of $50,000 to $5,000,000. Criterion 1-Specialized Experience (SF330, Part I, Section F): Firms will be evaluated on specialized experience in performance of services similar to those anticipated under this contract through evaluation of experience in: Provide project management to effectively and efficiently propose, negotiate pre-award and perform on post-award Task Orders. Develop remedial designs, remedial action work plans, site safety and health plans (SSHP�s), Statements of Work (SOW), Records of Decision, plans, specifications, and construction cost estimates, reports, meeting minutes and any associated deliverables. Conduct Preliminary Assessments, Site Inspections, Remedial Investigations, Land Use Control Inspections, Five Year Reviews, Feasibility Studies, and any associated deliverables. Conduct technical design reviews to ensure decision document criteria are met. Perform quality assurance (QA) services. Submission Requirements: Provide a maximum of five (5) projects completed within the past ten (10) years immediately preceding the date of issuance of this notice that best demonstrate specialized experience of the proposed team in the areas outlined above. Projects completed within the past five (5) years will be given greater significance in the evaluation. Sufficient information to determine the date of completion of the project must be included in the project description or the project will not be considered. If more than the maximum number of projects are submitted, the Government will only evaluate projects up to the maximum number authorized in the order submitted. All projects provided in the SF330 must be completed by the actual office/branch/regional office/individual team member proposed to manage and perform work under this contract. Projects not meeting this requirement will be excluded from consideration in the evaluation. To enable verification, firms should include: The Unique Entity Identifier (UEI) number along with each firm�s name in the SF330 Part 1, Section F, block 25, �Firm Name�; Include a contract number or project identification number in block 21; Include an e-mail address and phone number for the point of contact in block 23(c); In block 24, include in the project description, the contract period of performance, award contract value, current contract value, and a summary of the work performed that demonstrates relevance to specialized experience as outlined above; For projects performed as a subcontractor or a joint venture involving different partners, specifically indicate the value of the work performed as a subcontractor or by those firms proposed for this contract, and identify the specific roles and responsibilities performed as a subcontractor or by those firms on the project rather than the work performed on the project as a whole. If the project description does not clearly delineate the work performed by the entity/entities offering/teaming on this contract, the project could be eliminated from consideration. NOTE: If the firm is a joint venture, projects performed by the joint venture should be submitted; however, if there are no projects performed by the joint venture, projects shall be submitted for each joint venture partner, not to exceed a total of eight projects. Firms failing to provide projects from all joint venture partners will be considered to have not met the requirements of the criterion. Projects shall be submitted on the SF330 at Part I, Section F and shall be completed projects. Projects not complete will be excluded from evaluation consideration. For submittal purposes, a task order on an IDIQ contract is considered a project, as is a stand-alone contract award. Do not submit an IDIQ contract as an example project. Instead, list relevant task orders or stand-alone contract awards as individual projects that fit within the definition above. The Government will not evaluate information provided for an IDIQ contract. Examples of project work submitted that do not conform to this requirement will not be evaluated. All information for Criterion 1 should be submitted in the SF330, Part I, Section F. The Government WILL NOT consider information submitted in addition to Part 1, Section F in evaluation of Criterion 1. Criterion 2- Professional Qualifications and Technical Competence (SF330, Part I, Sections E & G): Firm will be evaluated on professional qualifications, competence and experience of the proposed team to be assigned to this contract, which are necessary for satisfactory performance of the type of work requirements outlined in the SF330, Part 1, Section G. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise. All key personnel must be a licensed professional in their discipline and have at least five (5) years of demonstrated experience on environmental restoration projects. Specific disciplines that shall be included in Key Personnel under this contract consist of: Project Manager Designer of Record Environmental Engineer Primary Cost Estimator Quality Control Program Manager Additional Required Non-Key Personnel to be included shall consist of: Contractor Project Quality Assurance Manager Contractor Project Chemist Submission Requirements (SF330, Part I, Section E): Provide brief resumes of Key Personnel, including those of each proposed team member who will serve as Project Manager, discipline Designers of Record/Environmental Engineer (maximum of four), and Cost Estimator(s). The Designers of Record (DOR) shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Project Managers and DORs must be professionally registered in their discipline. Provide license number in addition to state of registration and discipline in Block 17 of the resume. Licensing may be verified. Each resume shall include a maximum of five (5) specific completed projects that best illustrate the individual member�s experience relevant to services required under this contract. Higher weight will be given to personnel demonstrating additional experience in the following specific components of the contract scope. - Experience with CERCLA, RCRA, MRP and state cleanup regulations (primarily WA, AK and occasionally nationwide), managing regulator interface and negotiations within a multi-agency regulatory environment for Department of Defense sites. - Experience conducting CERCLA 5-Year Reviews for the lead agency including remedy compliance assessments, human health and ecological risk assessments and recommendations. - Experience conducting environmental media studies, modeling and trend analysis, specifically for groundwater, marine sediment and achieving regulator concurrence with remedy optimization strategies and/or monitoring optimization. - Regulatory environmental compliance emphasizing experience with underground storage tank (UST) investigations and wastewater studies and wastewater permitting. Section G: Demonstrate Key Personnel Participation in Example Projects listed in Section F, as the SF330 instructs. Submit in accordance with the SF 330 Instructions. Include firm name with names of Key Personnel. Resumes are limited to two pages. SF330, Section H, Additional Information requested by Agency. Address the remaining Criteria 3 through 6. Any additional information submitted in Section H pertaining to Criteria 1 and 2, other than past performance information, may not be evaluated. Additional sheets may be used, if required. CLEARLY IDENTIFY THE CRITERIA NUMBER AND TITLE. Firms may be considered more favorably by demonstrating the following: Preparation of preliminary assessments, site inspections, remedial investigations, feasibility studies (RI/FS), engineering evaluation\cost analysis (EE\CA), proposed plans, Records of Decision (ROD�s), action memoranda, explanations of significant differences (ESDs) and ecological and/or human health risk assessments, five-year reviews, remedial action completion reports (RACR) and studies supporting optimization of screening, evaluation, selection, design, and implementation of long term operation and management of response actions conducted under the ERP. Prepare sampling and analysis plans and conduct environmental sampling of various contaminants, chemicals and compounds in a variety of media. Prepare appropriate documentation to validate and interpret sample results. Model various containment transport and/or concentration trends in a variety of environmental media, assess results and prepare recommendations. Conduct technical design reviews to ensure decision document criteria are met and perform quality assurance (QA) service. Criterion 3-Past Performance (SF330, Part I, Section H): Firms will be evaluated on past performance with Government agencies and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. Evaluating past performance and experience will include information provided in Past Performance Questionnaires (PPQs) or CPARS for Criterion 1 projects and may include customer inquiries, Government databases, and other information available to the Government including contacts with points of contact in other criteria. Submission Requirements: SUBMIT A COMPLETED CPARS EVALUATION FOR EACH PROJECT UNDER CRITERION 1. IF A COMPLETED CPARS EVALUATION IS NOT AVAILABLE, the Past Performance Questionnaire (PPQ) (Attachment (A)) included in this notice is provided for the firm or its team members to submit to the client for each project included under Criterion 1, Specialized Experience. DO NOT SUBMIT A PPQ WHEN A COMPLETED CPARS IS AVAILABLE. IF A CPARS EVALUATION IS NOT AVAILABLE Completed PPQs should be submitted with your SF330. If the firm is unable to obtain a completed PPQ from a client for a project(s) before the response date set forth in this notice, firms should complete and submit with their responses the first page of the PPQ (Attachment (A)), which will provide contract and client information for the respective project(s). Firms may submit a PPQ previously submitted under a different Notice/RFP (legible copies are acceptable) as long as it is on the same form as posted with this Synopsis. Firms should follow up with clients/references to ensure timely submittal of questionnaires. If requested by the client, questionnaires may be submitted directly to the Government's point of contact, Naval Facilities Engineering Command Northwest, Code ACQ21, Attn: Solomon Ocansey at solomon.a.ocansey.civ@us.navy.mil and Kimberly Gillette via email at kimberly.a.gillette4.civ@us.navy.mil, prior to the response date. Firms shall not incorporate by reference into their response PPQs or CPARS previously submitted in response to other A/E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. Firms may provide any information on problems encountered and the corrective actions taken on projects submitted under Criterion 1 Specialized Experience. Firms may also address any adverse past performance issues. Information shall not exceed two double-sided pages (or four single-sided pages) in total. Awards, letters of commendation, certificates of appreciation, etc. shall not be submitted and will not be considered in the evaluation. Criterion 4-Program Management, Capacity and Location (SF330, Part I, Section H): Firms will be evaluated on the firm�s ability to plan for and manage work under the contract, the capacity to accomplish the work in the required time, and at the locations of their office(s) that will be performing the work under this contract and demonstrated knowledge of the primary geographic areas in which projects could be located. Submission Requirements: Provide an organizational chart for the team and discuss the management plan for this contract and personnel roles in the organization. Describe the ability of the firm to manage, coordinate and work effectively with team members, both internal staff and consultants. Discuss the history of working relationships with team members, including joint venture partners where applicable. Describe the firm�s present workload and the availability of the project team (including consultants) for the specified contract performance period. Describe the workload/availability of the key personnel during the anticipated contract performance period and the ability of the firm to provide qualified backup staffing for key personnel to ensure continuity of services. General statements of availability/capacity may be considered less favorably. 3. Indicate location of the office(s) that will be performing the work, including main offices, branch offices, and offices of team members. Evaluation of firms will include consideration of their location within the general geographic area of the anticipated projects, primarily; a majority of the work will be in Washington and Alaska, Northern Slope of Alaska, and Aleutian Islands, Alaska. Provide a narrative describing the team�s knowledge of the primary geographic areas to be covered by this contract. Criterion 5-Volume of Work (SF330, Part 1, Section H) Firms will be evaluated in accordance with DOD Federal Acquisition Regulation Supplement (DFARS) Procedures, Guidance and Information (PGI) 236.602-1, from data extracted from the Federal Procurement Data System (FPDS). Firms will be evaluated in terms of work previously awarded to the firm by DOD within the past twelve months, with the objective of effecting an equitable distribution of contracts among qualified A-E firms, including firms which have not had prior DOD A-E contracts. Submission Requirements: Firms do not submit data for this factor. Criterion 6-Quality Control Program (SF330, Part I, Section H): Firms will be evaluated on the robustness of the quality control program proposed by the firm to ensure quality products and services under this contract and means of ensuring quality services from their consultants/subcontractors. Submission Requirements: Describe the quality control program that will be utilized for all deliverables of this contract and the management approach for quality control processes and procedures. The description shall: 1. Explain the quality control program including an example of how the plan has worked for one of the projects submitted as part of SF330, Section F or how the plan will work if it has not been used previously. 2. Provide a quality control process chart showing the inter-relationship of the management and team components. 3. Describe specific quality control processes and procedures proposed for this contract. 4. Identify the quality control manager and any other key personnel responsible for the quality control program and a description of their roles and responsibilities (Organizational Chart). 5. Describe how the firm�s quality control program extends to management of subcontractors. SF-330 SUBMISSION REQUIREMENTS: Architect-Engineer firms desiring to be considered for this contract must submit a completed SF-330 package. The SF-330 shall be typed, one sided, at least 11-point Times New Roman or larger. Part I shall not exceed 75 single-sided 8.5 by 11 inch pages (the page limit does not include ISRs, certificates, PPQs, licenses, nor does the page limit include cover sheets, dividers, or other requested documentation (e.g., joint venture agreement, proof of AE firm registration) provided that these do not contain any substantive information submitted in response to the synopsis or intended to demonstrate the qualifications of the firm). Part I pages shall be numbered sequentially. The organizational chart may be one page single sided 11 by 17 foldout, using 11-point font or larger (font limitations do not apply to graphics, captions or tables). Please include your DUNS and CAGE numbers in Block 30 of the SF-330. In accordance with the FAR 36.601-4(b) contracts for architect-engineer services may only be awarded to firms permitted by law to practice the professions of architecture or engineering. Firms must submit proof that they are permitted by law as required by FAR 36.601-4(b). If a firm is in a jurisdiction that requires AE firm registration, the firm must provide proof of registration. If a firm is in a jurisdiction that does not require AE firm registration, the firm must provide proof eligibility to practice (e.g., a summary explaining eligibility under the laws of that jurisdiction). Failure to submit the required proof could result in a firm�s elimination from consideration. **Firms who are offering as a joint venture shall include with their submission a copy of the joint venture agreement. Failure to include the joint venture agreement may result in the firm�s elimination from further evaluation. Interested parties must be registered in System of Award Management (SAM) at time of offer submission and must remain valid through award. If SAM registration lapses during the solicitation and evaluation period, the offer will no longer be eligible for award. For instructions on registering in SAM, the SAM website at https://www.SAM.GOV. *Offer submission is defined as the Selected Firm�s submission of rates. If SAM registration is not complete by the time the Government requests submission of rates, the Government may proceed to the next slated firm to negotiate and award a contract. VETS 4212 Federal Contract Reporting. The selected firm must be current with DOL VETS 4212 reporting requirements if current awards are $150,000 and above. For VETS 4212 requirements see https://www.dol.gov/agencies/vets/programs/vets4212. The Selected Firm must be determined to be responsible in accordance with FAR Part 9.104-1 and may be requested to provide additional documentation in support of an affirmative determination of responsibility. Architect-engineer firms that meet the requirements described in this announcement are invited to submit an electronic SF-330 to Naval Facilities Engineering Command NW. THIS IS NOT A REQUEST FOR PROPOSAL. If an SF 254/SF 255 is submitted for this solicitation, it will not be reviewed or considered. As required above, provide verifiable evidence that your firm is permitted by law to practice the professions of architecture or engineering (e.g., state registration number). Hand-carried or mailed SF-330s will not be accepted. Electronic submissions can be no larger than 1.9 GB per file. Offerors shall ensure that the Government has received the electronic proposal prior to the date and time specified. PIEE Solicitation Vendor Access Instructions are provided via Enclosure 1. Emailed submissions will not be accepted. Submission of SF330s will be via Solicitation Module available within Procurement Integrated Enterprise Environment (PIEE) at https://wawf.eb.mil/piee-landing/. Instructions for obtaining access to and using the Solicitation Module will be provided in the A-E Synopsis. Inquiries concerning this procurement should include solicitation number and title and be forwarded via email: Solomon Ocansey: solomon.a.ocansey.civ@us.navy.mil with a copy to Kimberly Gillette: kimberly.a.gillette4.civ@us.navy.mil. Submission Deadline� Statements of Qualifications are due no later than 12:00 p.m. Pacific Daylight Time (PDT) on April 28, 2025. Late responses will be handled in accordance with FAR 52.215-1 Instructions to Offerors-Competitive Acquisition. THIS IS NOT A REQUEST FOR PROPOSAL.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2503d59be7c14c43bb864c7be106cfe0/view)
- Place of Performance
- Address: Silverdale, WA 98315, USA
- Zip Code: 98315
- Country: USA
- Zip Code: 98315
- Record
- SN07388259-F 20250329/250327230044 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |