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 Norfolk, Virginia. Contact the soliciting agency for additional information.

Contract Award Date: May 02, 2022 Contract Award Number: N62470-22-D-0005 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: D9T3MHGZHJA4 Contractor Awarded Name: Resolution Consultants, An Aecom- EnSafe Joint Venture Contractor Awarded Address: Los Angeles, CA 90071-3135 USA Base and All Options Value (Total Contract Value): $400000000.00 Architect And Engineering (A-e) Environmental Support Services For Comprehensive Long-term Environmental Action Navy (Clean) In Navfac Atlantic's Aor, Primarily In The Mid-atlantic Northeast, Southeast, And Base Realignment And Closure (Brac) East Aors N62470-20-r-2005 Cost-plus-award-fee (Cpaf) Indefinite-delivery, Indefinite-quantity (Idiq) Single Award Contract For Architect And Engineering (A-e) Environmental Support Services For Comprehensive Long-term Environmental Action Navy (Clean) In Navfac Atlantic's Area Of Responsibility (Aor), Primarily In The Navfac Mid-atlantic Northeast Aor, Navfac Southeast Aor, And Base Realignment And Closure (Brac) East Aor. All Information Needed For Interested Parties To Submit A Standard Form (Sf) 330, Architect Engineer Qualifications Is Contained Herein Including The Two (2) Attachments. There Is No Separate Request For Proposal (Rfp) Package To Download. This procurement will result in one Cost-Plus-Award-Fee (CPAF) Indefinite Delivery/Indefinite Quantity (IDIQ) Architect-Engineer (A-E) Contract for Environmental Engineering Support Services for Comprehensive Long-Term Environmental Action Navy (CLEAN) in Naval Facilities Engineering Command (NAVFAC) Atlantic's Area of Responsibility (AOR), primarily in the NAVFAC Mid-Atlantic Northeast AOR, NAVFAC Southeast AOR, and BRAC East AOR. The general scope of this requirement covers A-E services to provide program management and technical environmental services in support of the Department of the Navy's (DON) Environmental Restoration Program (ERP), including the Installation Restoration Program (IRP), the Munitions Response Program (MRP), and other similar programs at any DON or Marine Corps site within NAVFAC Atlantic's AOR. The principal geographical regions encompassed by this contract include the states of Alabama, Arkansas, Connecticut, Florida, Georgia, Illinois, Indiana, Kansas, Kentucky, Louisiana, Maine, Massachusetts, Michigan, Mississippi, Missouri, New Jersey, New York, Ohio, Oklahoma, Pennsylvania, Rhode Island, South Carolina, Tennessee, Texas, and Wisconsin. To a lesser extent, the work will be at other NAVFAC Atlantic and DOD installations nationwide and overseas. The contractor may also, on occasion, be tasked to provide services described herein to any NAVFAC Command, any DOD activity, or other Federal agency activities in any geographic location worldwide. These services will be procured in accordance with 40 USC Chapter 11, Selection of Architects and Engineers, as implemented by Federal Acquisition Regulation (FAR) Subpart 36.6. The resulting contract will be a CPAF IDIQ contract for a base period of one year and four one-year option periods. The ceiling for this procurement is established at $400,000,000. The guaranteed minimum is established at $20,000 for the contract term including option years. The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government subject to work load and/or satisfaction of the A-E performance under the subject contract. The contract will be CPAF with ID/IQ provisions. 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. There will be no dollar limit per task order and no dollar limit per year. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. This proposed contract is being solicited on an UNRESTRICTED basis; therefore, replies to this notice are requested from all business concerns. The small business size standard classification is NAICS code 541330, Environmental Engineering Services ($16,500,000). 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. Procurement history and the results of market research did not indicate a reasonable expectation of at least three small businesses that possess the required capabilities and capacity to accomplish the work expected under this contract. As a result, a determination was made to solicit this procurement on an unrestricted basis inviting full and open competition. The NAVFAC Atlantic Small Business Office and the Small Business Administration (SBA) Procurement Center Representative (PCR) concur with this decision to synopsize this contract under full and open competition. All firms are advised that registration in the System for Award Management (SAM) database is required prior to submission of an SF-330 package. Failure to register in the SAM database and perform the online Representations and Certifications may render your firm ineligible for award. For more information, check the SAM website: https://www.sam.gov. Registration in Wide Area Workflow (WAWF) @ https://wawf.eb.mil/ is also mandatory prior to award of a contract. The contract requires that the selected firm(s) have on-line access to e-mail via the Internet for routine exchange of correspondence. Firms are advised that the awarded contract will be subject to specific provisions addressing the avoidance of organizational conflicts of interest (OCI). Firms are advised that the following restrictions will apply to the awardee and its affiliates, consultants, and subcontracts under this contract. The prime firm for this contract will be required to perform throughout the contract term. a. If the Contractor under this contract prepares or assists in preparing a statement of work or specifications and plans, the Contractor and its affiliates shall be ineligible to bid or participate, in any capacity, in any contractual effort which is based on such statement of work or specifications and plans as a prime contractor, subcontractor, consultant or in any similar capacity. The Contractor shall not incorporate its products or services in such statement of work or specifications and plans unless identified to as a potential OCI and so directed in writing by the Contracting Officer, in which case the restriction shall not apply. The contractor shall include this clause in its subcontractor or consultant agreements concerning the performance of this contract. b. An organizational conflict of interest may exist if a firm has performed as an Environmental Remedial Action contractor and performs as a Comprehensive Long-Term Environmental Action Navy (CLEAN) contractor at the same installation, site, or location. Some remedial action may be performed by the Architect-Engineer contractor in order to prevent continued contamination which immediately endangers population or property. The Contracting Officer may determine that no organizational conflict of interest exists where the CLEAN contractor performed an environmental study or other incidental services at the site but did not provide a remediation recommendation to the Government. An organizational conflict of interest may also exist on a project basis for firms who have performed as contractors on other environmental engineering contracts. c. If awarded this contract, the contractor shall provide a statement with all bids or proposals which concisely describes all relevant facts concerning any past, present, or currently planned interest (financial, contractual, organizational, or otherwise) relating to the work to be performed hereunder. The contractor shall warrant that, to the best of the Contractor's knowledge and belief, there are no relevant facts or circumstances which could give rise to an organizational conflict of interest, as defined in FAR Subpart 9.5, or that the Contractor has disclosed all such relevant information prior to all awards. If a potential conflict is discovered after award, the Contractor shall make a full disclosure in writing to the Contracting Officer. The disclosure shall include a description of action which the Contractor proposes to take, after consultation with the Contracting Officer, to avoid, mitigate, or neutralize the conflict of interest. d. In addition, if awarded this contract, the Contractor shall notify the Contracting Officer, in writing, of its intention to compete for, or accept the award of any contract for similar or related work for any Department of Defense, other Agency of the federal government, or regulatory agency which may involve sites under the AOR of this contract. Such notification shall be made before the Contractor either competes for or accepts any such contract. e. Remedies: The Government may terminate this contract for convenience, in whole or in part, if it deems such termination necessary to avoid an organizational conflict of interest. If the Contractor was aware of a potential organization conflict of interest prior to award or discovered an actual or potential conflict after award and did not disclose or misrepresented relevant information to the Contracting Officer, the Government may terminate the contract for default, or debar the Contractor from Government contracting, or pursue such other remedies as may be permitted by law or this contract. f. If awarded this contract, the Contractor further agrees to insert in any subcontract or consultant agreement hereunder, provisions which shall conform substantially to the language of this clause, including this paragraph (f). SUBMISSION REQUIREMENTS: Firms shall provide a statement with their SF330 package which describes any known past, present, or currently planned interest (financial, contractual, organizational, or otherwise) relating to the work to be performed hereunder where a potential OCI as defined in FAR Subpart 9.5 may exist. The statement shall include a description of action which the firm proposes to take to identify, avoid, mitigate, or neutralize the conflict of interest if awarded this contract. In addition, the statement shall provide concurrence that the firm wishing to be considered for this contract shall notify the Contracting Officer, in writing, of its intention to compete for, or accept the award of any contract for similar or related work for any Department of Defense, other Agency of the federal government, or regulatory agency which may involve sites under the AOR of this contract. Such notification shall be made before the Contractor either competes for or accepts any such contract. The statement shall be included as an attachment to the SF330 package submitted. 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. It is anticipated that interviews for slated firms will be conducted in Norfolk, VA. Firms shall provide a full range of A-E environmental services for program management and technical services including the following: a. Those in support of the DOD's ERP in compliance with the Comprehensive Environmental Response Compensation and Liability Act (CERCLA) of 1980, as amended by the Superfund Amendments and Reauthorization Act (SARA) of 1986, and the Resource Conservation and Recovery Act (RCRA) of 1976. Support of Navy and Marine Corps Base Realignment and Closure (BRAC) efforts is also included. Services include, but are not limited to: performance of site management plans, community relation plans, preliminary assessments, site inspections, remedial investigations, feasibility studies, pilot tests, treatability studies, RCRA facility investigations, corrective measures studies, interim measure plans, remedial and removal action designs, environmental assessments, risk assessments (both human health and ecological), contamination characterization, sampling, laboratory testing, presentations at restoration advisory boards (RABs), participation on partnering teams with regulators, operation and maintenance support, Geographical Information System (GIS) development and maintenance, and documentation preparation for facility support contracts and Title II management of remedial action implementation (including subcontract award and management); with emphasis on the accelerated schedules and increased sensitivity, visibility, and regulatory political and community concerns at Naval and Marine Corps installations. b. Those in support of the MRP. Services include the entire suite of Unexploded Ordnance (UXO) investigation stages consistent with CERCLA, progressing from a preliminary assessment/site investigation to a remedial investigation/feasibility study through the remedial design, all in accordance with explosive safety standards. Services also include methodologies for UXO detection, clearance, removal, and safety. c. Those in support of addressing large and/or complex Petroleum, Oils, and Lubricants (POL) sites with multiple sources and distribution lines, including assessment characterization, testing monitoring, and remedial action design and oversight. d. Those in support of assessments, studies, investigations, and remedial designs that include other environmental programs such as air, water, waste water, solid waste, asbestos and hazardous substance/waste management, Range Sustainability Environmental Program Assessment (RSEPA), and complex compliance requirements requiring the integration of knowledge from several media and statutes in the United States and abroad. e. Those in support of expedited response actions. f. Those in support of the Navy Installation Restoration Information System (NIRIS) development and maintenance, Web page development and maintenance, GIS, and graphic support. g. Those in support of evaluating sites impacted with General Radioactive Material (G-RAM). The stages of investigation done for G-RAM sites include (but are not limited to) Historic Site Assessment (HSA), Scoping Survey, Characterization Survey, Remedial Action Support Survey, and Final Status Survey, done in accordance with the most recent update to guidance under the Multi-Agency Radiation Survey and Site Investigation Manual (MARSSIM) and references including but not limited to EPA Handbook on the Management of Munitions Response Actions (Interim Final), May 2005, or latest and Naval Sea Systems Command (NAVSEA) S0420-AA-010 (RA2-010) Radiological Affairs Support Program Manual, Jan 2015, or latest edition. h. Those in support of assessments, studies, investigations, sampling methodologies, interim response and remedial action requirements in addressing Emerging Contaminants, including, but not limited to, high visibility Per- and Polyfluoroalkyl Substances. Responses are due no later than 23 December 2020, 2:00 p.m. Eastern Time (ET). Architect-Engineer firms that meet the requirements described in this announcement are invited to submit the SF-330 package via the DoD Secure Access File Exchange (SAFE) application. All responses to this announcement shall be submitted electronically via DoD SAFE. Hand carried delivery or postal/courier delivery of hard copies and/or CD-ROMs are not authorized. Facsimile submission is not authorized. All responses must be received by the Government by the response due date and time specified above. Instructions for response submission are as follows: 1. Send an email to both Contracting Officers listed below at least 48 hours prior to the submission deadline advising of the email address and point of contact that the firm will use to submit the SF-330 package. Charlotte Ange, charlotte.ange@navy.mil Jen McDonald, jen.mcdonald@navy.mil 2. The Government confirm receipt of the email and the Contracting Officer will send a "Request for drop-off" from the DoD SAFE application to the email provided by the firm. 3. The firm will then receive a "Request for drop off" email from the DoD SAFE application with a link provided to submit the response. Using the link provided, firms shall submit the complete SF-330 package. SF330 packages must be submitted via the DoD SAFE application prior to the submission deadline. The Contracting Officer will confirm receipt. Note that "Requests for drop-off" from the DoD SAFE application are only valid for 14 days. The DoD SAFE application has a 25 file limit for upload and 8GB file size limit. Please plan accordingly. Do not assume that electronic submission will occur instantaneously. Large files may take some time to upload. Firms are encouraged to keep a copy of the upload confirmation for their record. Late responses will be handled in accordance with FAR 15.208. The method of contractor selection has not been determined at this time.

Award

Military

$400,000,000.00

Public - Federal

Service, Maintenance and Supply

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

Subscribe For Documents

4 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
165
Active Projects
76
Bidding Soon
1,307
All Active Projects
567
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.

June 23, 2021

img_map_placeholder

Multiple Locations, Norfolk, VA

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.