Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 21, 2001 PSA #2812
SOLICITATIONS

C -- SOTRM WATER SAMPLING AND DISCHARGE MONITORING REPORT PREPARATION, WASHINGTON NAVY YARD AND ANACOSTIA ANNEX, WASHINGTON, DC

Notice Date
March 19, 2001
Contracting Office
EFA Chesapeake, Washington Navy Yard, Building 212, 1314 Harwood Street, S.E., Washington, DC 20374-5018
ZIP Code
20374-5018
Solicitation Number
N62477-01-R-0031
Response Due
April 3, 2001
Point of Contact
Tammey L. Crouse, Contract Specialist, (202) 685-3162
E-Mail Address
Tammey L. Crouse, Contract Specialist, (202) 685-3162 (crousetl@efaches.navfac.navy.mil)
Description
This project is a 100% set-aside for Small Business firms. The NAIC Code is 54162 and the annual size is $5 million. The scope of work for this acquisition includes: The contractor shall perform National Pollutant Discharge Elimination Ssystem (NPDES)permit storm water compliance monitoring at the Washington Navy Yard and the Anacostia Annex, and shall submit monthly draft and final Discharge Monitoring Reports (DMRs) in accordance with all requirements outlined in the activity NPDES permit. The Contractor shall provide all labor, materials, and equipment to accomplish the monitoring, laboratory analysis, and reporting. The Washington Navy Yard has 12 outfalls which need to be manually sampled for various parameters, i.e., TSS, PCBs, metals, fecal coliform, total nitrogen, total phosphorus, BOD, and flow estimation. The Contractor shall obtain a storm water grab sample taken during the first 30 minutes of the storm event. A weather station located on the base has cellular communications which will notify the contractor when it begins to rain. The Anacostia Annex has 5 outfalls which require automatic samples to collect samples each time it rains. The parameters which require analysis are pH, oil and grease, and flow estimation. Only an EPA approved laboratory shall be used. If any NPDES violations occur at either site, the Contractor shall notfiy the Navy immediately and shall prepare a written report of violations. the Contractor shall submit a Quality Assurance Project Plan/Quality Assurance Manual and Laboratory Qualifications and shall attend a turnover meeting prior to the start of this contract. Although the Washington Navy Yard and Anacostia Annex are identified as specific sites, other sites may be incorporated. The period of performance is for one base year with four one year option periods. The cost range for the entire project is $500,000.00 -- $1,000,000.00 (base year plus four option periods). The procurement will be conducted utilizing source selection procedures. Award will be based on best value to the Government considering the price and non-priced evaluation factors stated in the solicitation. Non-priced factors may include, but are not limited to; Technical/Management Factors: (1) Relevant Experience; (2)Sample Collection and Analysis; (3) Subcontracting Support and (4) Past Performance. NOTE: THE GOVERNMENT MAY REQUIRE ORAL PRESENTATIONS UNDER THIS PROCUREMENT. THE SOLICITATION WILL ADDRESS THIS IN FURTHER DETAIL. The estimated availability of the solicitation will be 3 April 2001. The solicitation specifications are limited to the electronic world wide web only and will be available for download free of charge at http://esol.navy.navy.mil. The official plan holders list will not be faxed and will only be available at the web site address listed above. Registering offerors and plan rooms must provide a complete name, completed mailing address and area code and phonse number, Offeror type (Prime contractor, subcontractor, supplier or Plan Room) and e-mail address. Notification of any changes (AMENDMENTS) to the solicitation will be made only on the internet. It will be the contractor's responsibility to check the website for any posted changes. For contractors who need assistance in doing business electronically a website has been developed. The address is www.acq.osd.mil/ec/. To locate a Resource Center for your assistance just click on "Resource Centers". The response time required by FAR 5.203 will begin on the date of issuance of the solicitation on the website. Telephone requests will NOT be accepted for the solicitaiton package. In addition, you must be registered in the CENTRAL CONTRACTOR REGISTRATION (CCR) PRIOR TO RECEIVING ANY EFA CHESAPEAKE CONTRACT AWARD. The web address is http://www.ccr.dlsc.dla.mil. ALL TECHNICAL INQUIRIES SHALL BE SUBMITTED VIA ELECTRONIC MAIL TO THE FOLLOWING ADDRESS: crousetl@efaches.navfac.navy.mil.
Web Link
Electronic Solicitations (http://esol.navfac.navy.mil)
Record
Loren Data Corp. 20010321/CSOL003.HTM (W-078 SN50G631)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on March 19, 2001 by Loren Data Corp. -- info@ld.com