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