|
COMMERCE BUSINESS DAILY ISSUE OF MAY 20,1996 PSA#1598HSC/PKVD, 3207 North Rd (Bldg 532), Brooks AFB, TX 78235-5363 C -- ENVIRONMENTAL INFORMATION CLEARINGHOUSE POC Mark Rounsavill,
Contract Specialist, 210-536-6377. HQ Air Force Center for
Environmental Excellence (HQ AFCEE) is considering customer support and
data management for an Environmental Information Clearinghouse and is
seeking sources for the effort as outlined below. Reference number for
this synopsis is ''PKVD 96-01''. REQUIREMENTS: The work required under
this contract will involve: (1) researching and answering questions
fielded from Air Force, Air Force contractors, and other DoD agencies
at installation level, Major Command (MAJCOM) level, Department of the
Air Force, and Office of the Secretary of Defense, relating to
technical, operational, and unique environmental issues / laws
/regulations / guidance in the areas of Environmental Compliance,
Environmental Planning, Pollution Prevention, Environmental
Restoration, and Environmental Health, (2) performing technical reviews
of environmental documents and plans, (3) preparing environmental
documents, draft plans or Statements of Work, (4) maintaining an
environmental reference library, (5) preparing ''Fact Sheet'' and
''Success Story'' summaries on environmental topics of interest to a
large group of customers, (6) preparing a quarterly crossfeed package
for all AF installations summarizing recent activities, (7) preparing
a monthly summary of articles (''CrossTalk'') for all AF installations
on topics such as legislation/regulations changes, environmental
events, and sources of environmental information, (8) preparing
pamphlets, manuals, and guidebooks on environmental topics, (9)
preparing Clearinghouse service information for the Air Force, (10)
preparing and staffing an exhibitor's booth for services at the annual
Joint Service Worldwide Pollution Prevention Conference and
Exhibition, (11) preparing electronic file copies of all products for
inclusion in Air Force computerized bulletin board systems, and (12)
maintaining a computerized database for tracking information about
customers, inquiry contents and status.CAPABILITY STATEMENTS: Offerors
will be evaluated for technical acceptability based on the following
criteria: (note: This listing of selection criteria includes and
expands upon the six criteria specified by AFI 32-1023. Criteria are
listed in descending order of importance.) (1) Recent (since 1993)
specialized experience and technical competence of the firm in
providing environmental information clearinghouse services (receiving
verbal and written requests for information, consulting with experts
and/or obtaining reference documents, and providing complete and
accurate responses to the customers.) (2) Past performance history
(since 1991) of the firm in providing environmental services to DoD,
with special emphasis on AF organizations, in all of the following
environmental information categories: a) Environmental Compliance - to
include hazardous waste and materials management, solid waste
management, POL, ECAMP, PCBs, pesticides, radon, lead-based paint, air,
and water programs, b) Environmental Planning - EBS/EA/EIS process,
land use planning, natural and cultural resource activities such as
threatened and endangered species reviews, wetlands and floodplains
delineation, historical, archaeological and cultural resource reviews,
c) Pollution Prevention - chemical substitutions (including ozone
depleting chemical elimination), source reduction, Opportunity
Assessments, Management Action Plans, affirmative procurement,
recycling and composting programs, d) Environmental Restoration - site
characterization and risk assessment, site remediation (including
innovative technologies), and site operation and maintenance, and e)
Environmental Health - toxicological reviews, industrial hygiene
assessments, and control measures. (3) Professional qualifications and
work experience (since 1991) of the staff and consultants that would
perform the actual work including: proposed skill mix, demonstrated
experience of the team as a whole and the experience of individual team
members as directly related to efforts of this nature, key staff
resumes of personnel available for the work effort, and the ability to
sustain the loss of key personnel while accomplishing the work within
the required time limit. Qualifications will include as follows: (a)
Team/project leader must have at least three years of recent
demonstrated experience managing environmental service contracts for
Air Force customers, (b) At any given time, the staff and consultants
must include at least one Certified Industrial Hygienist (CIH) or
Occupational Health and Safety Technologist, at least one Certified
Hazardous Materials Manager, and at least one Registered Environmental
Manager (REM) or Registered Environmental Professional (REP), (c) Each
individual who answers the phones when customers call to request
information must have at least two years of recent demonstrated work
experience in environmental programs, including experience with all
five of the environmental information categories listed above, (d) At
least one individual performing contractor Quality Control (approval of
all responses prior to transmittal to AF and the customer) shall either
be a registered professional engineer, REM, REP, or CIH, and (e) The
staff and consultants shall have demonstrated recent experience
searching, reviewing, and interpreting military specifications and
technical orders (including knowledge of technical order change
process), DoD and Air Force regulations and instructions, Federal and
State environmental regulations, performing literature and computerized
database searches for technical data, identifying environmentally
preferable products and services for use at Air Force installations,
and have a thorough understanding of the DoD weapon system acquisition
process. (4) Ability of the firm to work, manage and complete a large
number of customer requests on a daily basis (workload averages 10 to
20 requests per day). Demonstrated through a management scheme. (5)
Capacity of the firm to accomplish work on time and meet
pre-established service goals for: (a) days elapsed between receipt of
inquiry and delivery of response, and (b) quality (as measured by
customer evaluations of accuracy, timeliness, professionalism, and
helpfulness, and other metrics). Demonstrated through databases and
current quality management systems. (6) Ability for all staff /
consultants to provide coordinated and complete Environmental, Safety,
and Occupational Health (ESOH) information responses addressing DoD,
Air Force, Federal, State and local environmental requirements to
customers from a variety of disciplines including Engineering,
Bioenvironmental, Logistics, Safety and Legal Services. Demonstrated
through in place quality control plans. (7) Ability of the firm to
internally produce ''CrossTalk'' and ''Fact Sheet'' summaries in a
professional, yet economical, electronic publishing fashion.
Demonstrated through the submission of sample publications. (8)
Geographic location: Firm must have an office in the same metropolitan
area as HQ AFCEE, at the effective date of contract, this will be San
Antonio, TX. Demonstrated through management plan for the
implementation. Firms should reference Sources Sought Synopsis No. PKVD
96-01. Provide a statement as to whether they are small business or
''8a'' concerns in accordance with the with the Standard Industrial
Code (SIC) of 7379, Computer Related Services, N.E.C., $18.0 M. This
proposed procurement is being considered for a competitive small
business /''8a'' set-a-side. Capability statement should be submitted
in 5 copies and be limited to 30 pages plus any resumes. AFCEE reserves
the right evaluate only the first 30 pages of the capability statement.
Prospective firms must submit their capability statements to HSC/PKVD,
Attn: Mark Rounsavill, 3207 North Road (Bldg 532), Brooks AFB, TX
78235-5363, no later than 30 calendar days from the publication date of
this notice. All technical and contractual matters shall be directed to
HSC/PKVD, Attn: Mark Rounsavill at the address above or by telephone at
(210) 536-6377. This announcement: is based on the best information
available, is not a Request for Proposal, and does not commit the
Government to an award of a contract. (0137) Loren Data Corp. http://www.ld.com (SYN# 0018 19960517\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|