BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Port Hueneme, California. Contact the soliciting agency for additional information.

As of Dec 2, 2020 The U.S. Navy has awarded 14 companies positions on a five-year, $2.5B indefinite-delivery/indefinite-quantity contract vehicle to build, renovate or repair facilities located at various government installations within Naval Facilities Engineering Systems Command's Southwest area of responsibility. The awardees are identified. The following is for historical purposes: THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF-330 DOCUMENT IS CONTAINED HEREIN. SF 254S AND SF 255S WILL NOT BE CONSIDERED. SUMMARY: The Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC), Port Hueneme, California is soliciting SF-330s for a single-award, Indefinite Delivery Indefinite Quantity (IDIQ), Architect and Engineering (A-E) contract for various environmental restoration (ER) and other environmental projects. The A-E services required will include professional services to enable NAVFAC EXWC to support other NAVFAC commands, as well as other Department of Defense (DOD) and federal agencies. Market research was conducted in August 2020 and there were too few qualified small business responses to warrant consideration of a set-aside, therefore this acquisition is being issued under Full and Open Competition. The North American industry Classification System (NAICS) code is the procurement 541330, and the annual size standard is $16,500,000. NAVFAC EXWC anticipates the award of an IDIQ with base ordering period of sixty (60) months, and an extension of services period not to exceed six months. The maximum value of all task order placed under this contract will not exceed $100,000,000. Individual task orders under this contract may be firm fixed price (FFP) (Estimated 80%) or cost-plus-fixed fee (CPFF) (Estimated 20%). The minimum guarantee for the IDIQ contract is $10,000. Individual task orders are anticipated to range $40,000 to $3,000,000 per task order. The estimated award date is June 2021. PROJECT INFORMATION: Firms must be capable of performing work on a wide variety of projects in Environmental Restoration (ER) and other environmental topics, in a manner that complies with federal, state, and local regulations and laws, and within timeframes required. This work will support the A-E services that NAVFAC EXWC provides to support the environmental cleanup of sites managed by the Department of the Navy and other federal agencies. Although, the majority of the work is expected to be in the continental United States, project sites could be worldwide. Specific needs will be determined based upon project requirements and as described in each task order's Performance Work Statement or Statement of Work. A-E services required under this contract include, but are not limited to: Site investigation and remedy optimization efforts that reduce project cost or cleanup time and added unique technical value; Design, planning, and expert technical support of projects where conventional standards and methods for execution are not commonly accepted, or projects that have complex hydrogeological and regulatory site conditions common at Navy sites, such as matrix diffusion and impacted groundwater discharging to surface water; Design, technical support, and optimization of remediation projects to address contaminated soils and groundwater through the use of advanced subsurface analyses, geologic interpretations and/or groundwater modeling Projects involving RDT&E (laboratory studies or pilot testing) to support validation of innovative environmental technologies and/or to support improved full-scale design Projects involving full-scale design of innovative site characterization approaches and remediation technologies for site cleanup; Investigation and/or remediation of environmental media contaminated with emerging contaminants or issues, particularly PFAS, 1,4 dioxane, and/or radiological compounds,; Projects where advanced molecular biological tools are used for bioremediation and natural attenuation determination; Remediation of soil and groundwater contaminated with chlorinated solvents and/or petroleum hydrocarbons; Experience with innovative and traditional remediation technologies and methods utilizing chemical, and/or physical processes were used for active site treatment and natural attenuation determination; Underwater sediment impacted with PCBs, PAHs, and/or heavy metals; Vapor intrusion risk characterization and evaluation; Human health and ecological risk assessment; Projects related to DoD's Munitions Response Program (MRP). The services at ER sites may involve supporting NAVFAC EXWC in the preparation, expert review, or optimization of preliminary assessments, site inspections, remedial investigations, feasibility studies, engineering evaluation/analysis (EECA), proposed plans, records of decision (RODs), remedial designs, sampling and analysis plans (SAPs) or Quality Assurance Project Plans (QAPPs), and five-year reviews for customers in the Department of the Navy and other federal agencies. These services may include site characterization, laboratory studies, and pilot testing with the aim of helping NAVFAC EXWC and its customers develop cost-effective full-scale designs and solutions for environmental projects. An important component of the services also is technology transfer (T2) to and training of the Department of the Navy and other federal agency personnel (and their contractors), who are engaged in ER or other environmental programs. Other environmental project areas may include (but are not limited to) impacts of sea level rise, water resources, storm water/wastewater management, hazardous waste, and compliance. For on-site investigations, firms must provide personnel with current health and safety training, as required by the Occupational Safety and Health Administration (OSHA) and adhere to all NAVFAC requirements for Health and Safety. Task orders will be issued with a project/site specific Scope of Work under the general scope of the contract. Typically, requests for proposals issued for individual task orders will include a general Scope of Work or a performance-based acquisition Performance Work Statement, location of work, character and extent of services required, technical requirements in addition to the requirements contained within Statement of Architect and Engineering Services (SAES). SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Items (1) thru (5) are primary criteria and (6) thru (7) are secondary criteria. Secondary criteria will only be used as 'tie-breakers' among technically equal firms. (1) Professional Qualifications: Professional Qualifications: The offeror shall provide no more than thirteen (13) resumes in Section E of the Standard Form (SF) 330. If more resumes are submitted than requested, then only the first thirteen will be considered. Providing less resumes is encouraged if provided personnel fulfill multiple roles. Experience that is not related to the work described in this solicitation should not be included. Resumes shall not be more than 2 pages each. Firms will be evaluated in terms of the general professional qualifications and technical competence in areas of work described in the "Project Information" section above. The evaluation of the resumes will consider education, training, registration, certifications, overall and relevant experience, and longevity with the firm. Projects that demonstrate successful optimization efforts that reduced project cost or time and added unique technical value, successful execution of projects where standards and methods for execution were not commonly accepted, or projects that had complex hydrogeological and regulatory site conditions will be given preference. Additionally, projects performed for the Navy or DOD as opposed to other federal agencies or other clients are preferred. Experience on the resumes should be within the last 10 years to be considered relevant. Resumes should be presented in the following three categories: Program Manager (PGM), Project Managers (PMs), and Subject Matter Experts (SMEs) in the technical areas listed above. The PGM and PMs should have a degree in engineering (environmental, civil, chemical, or related), or geological sciences, professional registrations in at least one state of the United States, and at least five (5) years of experience in managing programs or projects of similar size and complexity as expected in this contract. The states of registration and certification of relevant personnel must be included on each resume in Section E of SF 330. One PGM resume and two (2) PM resumes are required. The resumes will be rated more favorably when they demonstrate specialized experience and technical competence in the following areas: Investigation and/or remediation of environmental media contaminated with emerging contaminants, particularly PFAS, especially projects executed for the Navy or DOD; (Emerging Contaminants SME) Investigation and/or remediation of environmental media contaminated with radiological compounds, especially projects executed for the Navy or DOD; (Radiological SME) Experience with biological processes where advanced molecular biological tools were used for bioremediation and natural attenuation determination; (Bioremediation SME) Experience with groundwater modeling to support contaminant fate and transport, design , and optimization of in-situ remediation projects ; (Groundwater Modeling SME) Experience with design, technical support, and optimization of site investigation and remediation projects to address underwater sediment impacted with PCBs, PAHs, and/or heavy metals; (Sediment Management SME) Experience with design, technical support, and optimization of site investigation and remediation projects to address vapor intrusion; (Vapor Intrusion SME) Experience with design, technical support, and optimization of site investigation and remediation projects related to DOD's Munitions Response Program (MRP) (MRP SME) Advanced degrees and exhibited technical depth and breadth of project experience in their specific fields will be favored for all SMEs. Section G may also include a matrix that displays the SME specialty, discipline, degree, years of experience, and state(s) of registration/certification in each of the specialized experience categories for each person on the proposed team. Resumes should indicate the project role (s) of the individual in their submission (whether PGM, PM, SME, or allied personnel). A minimum of seven (7) SME resumes are requested including: Emerging Contaminants SME, Radiological SME, Bioremediation SME, Groundwater Modeling SME, Sediment Management SME, Vapor Intrusion SME, and a MRP SME. In addition to the aforementioned personnel, three key allied personnel are also required for this contract and their resumes should be included as described here. These include one (1) resume each for: a certified industrial hygienist (CIH) accredited by the American Board of Industrial Hygiene (ABIH), an American Board of Health Physicists (ABHP) certified health physicist (CHP), and an experienced Contractor Quality Control Manager (CQCM). Roles of the 13 personnel whose resumes are presented should be clearly identified in the SF 330. (2) Specialized Experience and Technical Competence: Based on the projects presented in Section F of the Standard Form 330, firms will be evaluated in terms of specialize experience and technical competence of work specifically included in the project information section above. A project is defined as a single contract or task order. A project can also be defined as multiple task orders supporting one installation/facility or customer. Up to ten projects completed within the last 7 years from the date of the offeror's proposal will to be considered. If more projects are submitted, the Navy will consider only the first ten (10). Projects will be rated more favorably when they demonstrate specialized experience and technical competence in the following areas: Investigation and/or remediation of environmental media contaminated with emerging contaminants, particularly PFAS, especially projects executed for the Navy or DOD; Investigation and/or remediation of environmental media contaminated with radiological compounds, especially projects executed for the Navy or DOD; Experience with biological processes where advanced molecular biological tools were used for bioremediation and natural attenuation determination; Experience with groundwater modeling to support contaminant fate and transport, design , and optimization of in-situ remediation projects ; Experience with design, technical support, and optimization of site investigation and remediation projects to address underwater sediment impacted with PCBs, PAHs, and/or heavy metals;) Experience with design, technical support, and optimization of site investigation and remediation projects to address vapor intrusion; Experience with design, technical support, and optimization of site investigation and remediation projects related to DOD's Munitions Response Program (MRP). Firms shall submit no more than two (2) page per project (size 12 Calibri with a minimum of 1" margins on the top, bottom, and sides). An organizational chart shall be provided and be no larger than 8.5" x 11". In Section H, also indicate the estimated percentage of involvement in each project of each firm on the proposed team. (3) Past Performance. Demonstrate acceptable past performance on contracts that the firm has performed. In section H of the SF-330, provide completed CPARS, for the same ten projects listed in Specialized Experience. If no CPAR exists, submit a completed Past Performance Questionnaire (PPQ's) (Attachment A). If the CPAR is assessed at the IDIQ level, vice the task order level, PPQ's may be submitted in lieu of the CPAR, if the IDIQ CPAR does not discuss the project/task order in sufficient detail. Ensure the contact number and, if applicable, the task order number are provided and the PPQ is signed. Selected projects must have been performed with the past seven years from the issuance of this synopsis. If PPQ's are used, completion by the Contracting Officer's Representative (COR), Government Project Manager, or equivalent role, is preferred. PPQ's previously completed for other solicitations may be submitted, provided that the questions are substantially the same as those in Attachment A. Navy projects/contracts may be considered more relevant than other Department of Defense (DoD) agencies projects/contracts. DoD projects/contracts may be considered more relevant that state or local government or commercial project/contracts. There is no page limit for the submission of this criteria. (4) Capacity to Execute Multiple Task Orders within the Required Time: Capacity to Execute Multiple Task Order: The Government expects this IDIQ will result in an average of 14 task orders per year, most of which run two or three years. In section H of the SF-330, demonstrate how the Offeror has conducted multiple task orders simultaneously, while maintaining quality and schedule, and how this additional workload will be inducted by the firm. The Offeror's submission for this criteria is limited to two pages. (5) Small Business Participation: Small Business Participation: The Government will consider both the Offeror's plan to include small businesses on this IDIQ contract, as well as the Offeror's demonstrated levels of small and small disadvantaged businesses on past contracts. In Section H, provide a completed Attachment B, Small Business Participation and Commitment Strategy. Page limits are as listed in Attachment B. Large Business firms shall submit the most recent Individual Subcontract Report (ISR), or equivalent if required by state or local Government contracts, for each of the ten projects listed in the Specialized Experience and Technical Competence factor. If reports are not available, provide an explanation. If the successful Offeror is a large business concern, the firm will be required to submit a subcontracting plan with its price proposal. The anticipated prime and first tier overall small business participation rate for this acquisition (i.e. work to be performed by small businesses as the prime and/or subcontractors) is 20% of the contract value. Offerors are encouraged to exceed this percentage and seek meaningful levels of participation in each of the small business socioeconomic programs. The NAVFAC subcontracting program targets, expressed as a percentage of total subcontracted work are: Small Business: 40%, HUBZone: 3%, Small Disadvantaged Business: 5%, Service-Disabled Veteran Owned Small Business: 3%, and Woman-Owned Small Business: 9%. There is no page limit for the submission of this criteria. (6) Geographic Location: The work to be performed under this contract may be worldwide, with a focus on DON installations in the United States and its territories In Section H of the SF-330, discuss the office locations of the Prime Contractor that will be used to support this contract, and demonstrate, through past projects, the familiarity with the Navy Installations where work may be performed. The Offeror's submission for this criteria is limited to two pages. (7) Volume of Work Awarded by the Navy or DoD during the Previous 12 Months: The Government will assess the volume of Navy or DoD work performed by each Offeror during the previous 12 Months. Firms will be ranked based on the least amount of work to the most amount of work, but the Government will not reject the overall most highly qualified firm solely in the interest of equitable distribution of contracts. No submission is required by the Offeror. The Government will obtain the data from beta.sam. Architect-engineer firms which meet the requirements described in this announcement are invited to submit a completed SF-330 by the response date. Offerors that fail to submit an SF-330 will not be considered. Page limits, where stipulated, must be adhered to. SF-330's will be submitted electronically. At least one week prior to the closing date, Offerors shall email the contract specialist at nicole.mendes@navy.mil, requesting an invitation to upload the SF-330 in DoDSAFE. DoDSafe is similar to DropBox(TM). The site accepts files up to 8 GB and files ending with an extension of ".zip". The method of contractor selection has not been determined at this time.

Award

Military

Public - Federal

Service, Maintenance and Supply

We’ve obtained documents for this project and are currently processing them.

Subscribe For Documents

17 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
311
Active Projects
142
Bidding Soon
2,618
All Active Projects
1,174
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Find better projects. Build better bids. Win.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

July 1, 2021

img_map_placeholder

Multiple Locations, Port Hueneme, CA

Related To This Project


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.