Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 17,1996 PSA#1511

DEPARTMENT OF THE NAVY NAVAL FACILITIES ENGINEERING COMMAND, COMMANDER, ATLANTIC DIVISION, CONTRACTS OFFICE, CODE 02231, 1510 GILBERT STREET, NORFOLK, VIRGINIA 23511-2699

C -- INDEFINITE QUANTITY CONTRACT FOR ENVIRONMENTAL DOCUMENTATION AND INVESTIGATION IN SUPPORT OF RCRA, TSCA REGULATIONS, SWDA, AND FGS SOL N62470-96-R-5901 POC Contact Miss Bayla Mack, 804-322-8271/Mr. Dean Koepp, Head, Contract Support Branch, 804-322-8270 Architect-Engineer or Engineering Services are required for preparation of Resource Conservation Recovery Act (RCRA), Solid Waste Disposal Act (SWDA) and Toxic Substances Control Act (TSCA) environmental documentation. All documentation will be insupport of the Navy's Hazardous Waste (HW), Solid Waste (SW), Polychlorinated Bi-Phenyl (PCB), and Infectious Waste (IW) Programs, and will conform to applicable DOD, Navy, and Marine Corps instructions, EPA and State regulations and guidelines, and theOverseas Environmental Baseline Guidance Document (OEBGD) and Final Governing Standards (FGS). Environmental documentation shall include, but not be limited to the following: HW management and minimization plans and studies; HW and SW closure plans;HW and IW contingency and decontamination plans, RCRA site investigations and evaluations; RCRA Part A and B permit applications; RCRA Research and Development (R&D) permit applications; SW Management permit applications; SW Source Reduction plans,investigations and evaluations; SW Resource Recovery plans, investigations and evaluations; SW Disposal plans, investigations and evaluations; IW Management plans, investigations and evaluations; PCB elimination plans; PCB management plans; andEnvironmental Compliance Evaluations (ECEs); sampling plans; Quality Assurance/Quality Control (QA/QC) plans; health and safety plans; technical evaluation reports; sample analysis evaluation reports; Navy project documentation (MCON DD Forms 1391 andSpecial Project Step II documents); engineering plans and specifications; cost estimates. The A&E may also be required to revise existing environmental documentation, HW Part A and Part B permits or applications, RCRA R&D permits or applications, SWpermits or applications, and HW and SW closure plans to reflect process or facility modifications or regulatory changes and/or deficiencies as noted by the State or EPA. The services required will include, but are not limited to the following: sitesurveys; document reviews; soil, water, sediment, gaseous sampling and analysis; soil gas surveys; monitoring well installations/well testing; aerial and/or on-site photography; groundwater modeling and geophysical contamination migration; designs forenvironmental restorations and Post Construction Award Services (PCAS) for RCRA/TSCA environmental restorations. The contract will include options for attendance at meetings or negotiations with Federal and State regulatory agencies. Theabovementioned tasks will be performed primarily in Virginia, North Carolina and Puerto Rico; however, orders may be placed at any Activity under the cognizance of the Atlantic Division, Naval Facilities Engineering Command (East Coast United Statesfrom Maine through North Carolina; the Caribbean, Europe and Southwest Asia). The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for all services. Evaluation factors (1) through (6)are of equal importance; factors (7), (8) and (9) are of lesser importance. Specific evaluation factors include: (1) Specialized Experience - Firms will be evaluated in terms of: (a) their past experience with regard to RCRA, TSCA, SWDA, CWA (CleanWater Act) as it pertains to HM storage facilities, SW transfer and disposal facilities, and HW TSD facilities and spill requirements, CAA as it pertains to RCRA TSD facilities, CERCLA as it pertains to spill reporting and cleanup, and FGS/OEBGDChapters, 5, 6, 7, 8, 11, 14 and 18; (2) Professional qualifications and technical competence for satisfactory performance of required services: Firms will be evaluated in terms of the staff's: (a) active professional registration and ability toprovide registration compliance with Puerto Rican environmental law either within the firm or via consultant; and (b) experience and knowledge of RCRA, TSCA, SWDA, OEBGD, and FGS documentations, compliances and regulations at Naval Installations and DODFacilities; (3) Capacity and technical expertise to accomplish all work in the required time and in accordance with the scope of work; (4) Past performance on contracts with Government agencies and private industry in terms of quality of work,compliance with performance schedules and cost control; (5) Quality Control Program - Firms will be evaluated on the acceptability of their internal quality control program used to assess technical accuracy in reports, calculations, drawings, andspecifications to assure overall coordination between engineering and technical disciplines, and their means of ensuring quality services from their consultants; (6) Demonstrated success in prescribing the use of recovered materials and achieving wastereduction and energy efficiency in facility design; (7) Firm location and knowledge of the primary focus of the contract (Virginia, North Carolina and Puerto Rico) (provided that application of this criterion leaves an appropriate number of qualifiedfirms, given the nature and size of the contract); (8) Volume of Work - Firms will be evaluated in terms of work previously awarded to the firm by DOD with the objective of affecting an equitable distribution of DOD A&E contracts among qualified A&Efirms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts; and (9) Small Business and Small Disadvantaged Business Subcontracting Plan - Firms will be evaluated on the extent to which offerors identifyand commit to small business and to small disadvantaged business, historically black college and university, or minority institution in performance of the contract, whether as joint venture, teaming arrangement, or subcontractor. Firms are required toprepare the cost estimate utilizing the computerized CES, the specifications in the SPECSINTACT system format, and all drawings shall be submitted in an AutoCAD compatible format. The design contract scope may require evaluation and definition ofasbestos materials and toxic waste disposition. Fee negotiations would provide for laboratory testing and subsequent preparation of plans and specifications may require definition of removal and/or definition of disposal process. Firms responding tothis announcement must be prepared to accept the aforementioned as a part of their contract responsibility. The duration of the contract will be for one (1) year from the date of an initial contract award. The proposed contract includes four (4) one(1) year Government options for the same basic professional skills. The total A&E fee that may be paid under this contract will not exceed $5,000,000. No other general notification to firms for other similar projects performed under this contract willbe made. Type of contract: Firm Fixed Price Indefinite Quantity Contract. Estimated start date is June 1996.--Architect-Engineer firms which meet the requirements described in this announcement are invited to submit completed Standard Forms (SF) 254(unless already on file) and 255, U. S. Government Architect-Engineer Qualifications, to the office shown above. In Block 10 of the SF 255, discuss why the firm is especially qualified based upon synopsized evaluation factors; and provide evidence thatyour firm is permitted by law to practice the professions of architecture or engineering, i.e., State registration number. For selection evaluation factor (1), provide the following information for only the staff proposed for this work using thesecolumn headings: ''NAME'', ''RELATED PROJECTS WORKED ON'', ''YEAR'', ''FIRM'', and ''TECHNICAL ROLE''. Use Block 10 of the SF 255 to provide any additional information desired and continue Block 10 narrative discussion on plain bond paper. All information mustbe included within the SF 255. Provide a synopsis of the scope of work, point of contact and telephone number for each project listed in SF 255 Block 8. Firms having a current SF 254 on file with this office and those responding by 4:00 p.m. EST, 20February 1996 will be considered. Late responses will be handled in accordance with FAR 52.215-10. Neither hand carried proposals nor facsimile responses will be accepted. Firms responding to this advertisement are requested to submit only one copyof qualification statements. The qualification statements should clearly indicate the office location where the work will be performed and the qualifications of the individuals anticipated to work on the contract and their geographical location.--Thisproposed 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 SIC 8711 ($2,500,000).--This is not a request for proposals.Inquiries concerning this project should mention location and contract number. See Note 24.(0012)

Loren Data Corp. http://www.ld.com (SYN# 0003 19960116\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page