Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 5,1997 PSA#1860

Northern Division, NAVFACENGCOM, 10 Industrial Highway, Mail Stop #82, Lester, PA 19113-2090

C -- ENGINEERING AND DESIGN SERVICES FOR ENVIRONMENTAL PROJECTS AT VARIOUS NAVAL ACTIVITIES IN THE STATES OF ME, VT, NH, MA, RI, CT, NY, NJ, PA, AND DE SOL N62472-97-D-1440 DUE 070997 POC Tina Phillips, Contract Specialist, 610-595-0626. Engineering and design services for environmental engineering projects at various Naval activities located in the Northern Division 10 State Area (ME, VT, NH, MA, RI, CT, NY, NJ, PA, AND DE). Work assignments will be primarily concerned with compliance projects in the media of hazardous waste/hazardous materials. Work assignments in the hazardous waste/hazardous materials media shall include, but not be limited to: plans; studies; field sampling; laboratory analysis; designs; and permit applications concerning subjects such as: hazardous materials/hazarodous waste handling, storage, treatment, and disposal. Also, work projects within this media may include areas such as: pollution prevention; oil and hazardous substance spill prevention and response planning; containment facilities; Emergency Planning and Community Right-To-Know (EPCRA); clean-up investigations; detection and remediation of underground storage tank leaks; installation of new underground storage tanks; PCB's; lead based paint; and solidwaste. Work assignments in instances where emergency or urgent circumstances exist may also involve projects in other environmental areas such as water/wastewater and air. Work in the water/wastewater media may include, but not be limited to: plans; studies; field sampling; laboratory analysis; designs; and permit applications concerning subjects such as: potable water treatment and distribution; and industrial, sanitary wastewater, and storm water collection, teatment, discharge, sampling, and analysis. Work assignments in the air media may include, but not be limited to: plans; studies; field sampling; laboratory analysis; designs; and permit applications concerning such subjects as: air pollution inventories; air pollution abatement; emission reduction credits; and asbestos. The initial project will be determined at a later date. When design services are required, the following pre-priced options may be exercised at the discretion of the government: 0-35% design, 35-100% design, and Post Construction Award Services (PCAS) such as shop drawing review/approval, consultation during construction, construction inspection services, and preparation of record drawings. Options are normally exercised within several months of completing prior work, however, delays of up to one year are possible. Firms are advised that work could potentially involve close contact with hazardous materials/wastes and asbestos in various settings. Firms unable to accept work in these environments need not apply. SIGNIFICANT EVALUATION FACTORS (In Order of Importance): 1. SPECIALIZED EXPERIENCE OF THE FIRM IN THE TYPE OF WORK DESCRIBED ABOVE. Firm's prior experience should include, as a minimum, completion of the following type projects: a. Pollution Prevention (P2) Plans; b. Spill Prevention Control and Countermeasures (SPCC) Plans; c. Resource Conservation and Recovery Act (RCRA) Closure Plans; d. Resource Conservation and Recovery Act (RCRA) Part B. Permit Applications; and e. Environmental Baseline Surveys or Environmental Site Assessments. 2. PROFESSIONAL QUALIFICATIONS. Professional qualifications of staff to be assigned to this contract (including those of any consultants). 3. CAPACITY. Capacity of assigned team to accomplish the work within the required time constraints. 4. PAST PERFORMANCE. Past performance with respect to responsiveness, quality of work, and compliance with performance schedules (emphasis on DOD work). 5. QUALITY CONTROL PROGRAM. Use of an internal quality control program to ensure technical accuracy and discipline coordination of plans and specifications. 6. LOCATION. Location of the firm in the general geographical area of the project and knowledge of the locality of the projects, provided that there is an appropriate number of qualified firms therein for consideration. 7. SUSTAINABLE DESIGN. Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility designs. 8. SUBCONTRACTOR UTILIZATION. Use of small business, small disadvantaged business or women-owned business firms. 9. VOLUME OF WORK. Volume of work previously awarded to the firm by the Department of Defense. Estimated Construction Cost: N/A. Type of Contract: Indefinite Quantity Contract/Firm Fixed Price Task Order. Estimated Start Date: September 1997. The duration of this contract will be for one year from the date of an initial contract award with options for four additional one-year periods. The total fee that may be paid under this contract (including the option years) will not exceed $5,000,000 for the entire contract term. The minimum guarantee for each option year will be $50,000. The options may be exercised within the time-frame specified in the resultant contract at the sole discretion of the Government subject to workload and/or satisfaction of A/E performance under the subject contract. There will be no dollar limit per project and no dollar limit per year. Since this contract may result in an award valued in excess of $500,000, a small business subcontracting plan will be requiredif the selected firm is a large business concern. The small disadvantaged business set-aside goals and the women-owned, small business goals in the plan shall not be less than 5% each of the subcontracted work. The SIC Code is 8711 and the small business size standard classification is $2,500,000. THE PROPOSED CONTRACT IS BEING SOLICITED ON AN UNRESTRICTED BASIS, THEREFORE, REPLIES TO THIS NOTICE ARE REQUESTED FROM ALL BUSINESS CONCERNS. A/E firms that meet the requirements described in this announcement are invited to submit completed Standard Forms 254 and 255 to the office shown above. Block 10 of the Standard Form 255 will summarize how the firm meets the stated evaluation criteria for this contract. A matrix format must be included documenting proposed team members specialized experience relevant to the subject contract as follows: IN LEFT HAND CORNER SHOW: Relevant projects (use number of project assigned in Block 8 of Standard Form 255). ACROSS TOP ROW OF MATRIX SHOW: Role of team member (include consultants) on relevant project i.e., Project Manager, Project Engineer, etc... Firms must also indicate their past performance with respect to quality of work, cost control, and compliance with performance schedules. Include performance evaluations and/or letters of commendation (as attachments) for office making this submission, date project completion scheduled, date project completed, and final cost estimated compared to the contract award amount (if applicable). Firms must also indicate if they are a subsidiary, and if so, must state if they are normally subject to management decisions, bookkeeping, and policies of their holding or parent company. Also indicate if firm is an incorporated subsidiary that operates under a firm name different from the parent company. Firms having a current SF254 on file with this office and those responding by 4:00 p.m., 09 JULY 1997, will be considered. Neither hand carried responses nor facsimile responses will be accepted. Late responses will be handled in accordance with FAR 52.215-10. No material will be returned. This is not a request for proposal. Do not fax any material. Respondents may supplement this proposal with graphic material and photographs which best demonstrate capabilities of the team proposed by the project. Firms responding to this announcement are requested to submit only one copy of qualification statements. This is not a request for proposal. (0154)

Loren Data Corp. http://www.ld.com (SYN# 0020 19970605\C-0007.SOL)


C - Architect and Engineering Services - Construction Index Page