Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 15, 2001 PSA #2851
SOLICITATIONS

C -- INDEFINITE QUANTITY CONTRACT FOR ACCOMPLISHMENT OF SERVICES IN SUPPORT OF THE NAVY

Notice Date
May 11, 2001
Contracting Office
Department of The Navy Naval Facilities Engineering Command, Atlantic Division, Contracts Office, Code AQ22D, 1510 Gilbert Street, Norfolk, Virginia 23511-2699
ZIP Code
23511-2699
Solicitation Number
N62470-01-R-3009
Response Due
June 18, 2001
Point of Contact
Ms. Bayla L. Mack, 757-322-8271 -- Ms. Christine L. Foskey, Contract Specialist, 757-322-4165
E-Mail Address
Click here to contact Ms. Bayla Mack (mackbl@efdlant.navfac.navy.mil)
Description
Architect-Engineer or Engineering Services are required for preparation of studies, plans, specifications, cost estimates and all associated engineering services at various Stateside activities within the Atlantic Division, Naval Facilities Engineering Command's corporate area of responsibility (to include but not limited to: Engineering Field Activity, Chesapeake and Engineering Field Activity, Northeast). The majority of the site locations will be within the State of North Carolina. The requested evaluations will be in support of the Navy's Petroleum Storage Tank Program and will conform to applicable DOD instructions; and EPA, State and local regulations and guidelines. Most of the work requirements are associated with underground storage tanks (USTs); however, similar services for aboveground storage tanks (ASTs) and other stationary vessels used for storage and/or transport of POL may be required. This contract will involve the completion of site characterizations/assessments, corrective action plans (CAPs), and remedial designs. This requires gathering background information on specific sites, obtaining soil and/or groundwater samples, installing monitoring wells, performing pilot studies as well as any other approved tasks deemed necessary to obtain the required information to determine the site geology and hydrology so that extent of contamination, evaluation of risks, and definition of appropriate remediation measures may be accomplished. The A&E may be required to accomplish work incidental to site remediation. The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for all services with particular emphasis on the State of North Carolina. Evaluation factors (1) through (5) are of equal importance; factors (6) and (7) are of lesser importance and will be used as "tie-breakers" among technically equal firms. Specific evaluation factors include: (1) Specialized Experience -- Identify specific Navy and DOD project experiences and specialized expertise in preparation of UST site characterizations/assessments, CAPs, contaminated groundwater studies, work plans, designs, specifications, pilot studies and cost estimates for UST site remediation and related UST closures; (2) Professional qualifications and competence of the technical team proposed to accomplish this work in environmental, civil, cost estimating, mechanical, structural, geological and hydrological disciplines with emphasis on the interaction with UST regulators and familiarity with Federal, State, and local regulations and requirements relating to USTs -- The team will be evaluated on their active professional registrations in the applicable geographic area and past experience and roles of team members on projects addressed in evaluation factor number one; (3) Capacity to accomplish the work in the required time -- Demonstrate the firm's ability to manage multiple projects at various stages of completion while maintaining quality and meeting established schedules. The A&E may be required to manage up to 50 different taskings concurrently at various stages of study and design over the life of this contract, and maintain schedules for the following services: submit a final work plan 15 days after initial Notice to Proceed (NTP); and mobilize forces, complete testing on a single site, analyze results, and submit a report within 45 days after NTP; (4) Past Performance -- Firms will be evaluated in terms of past performance with Government agencies and private industry in terms of demonstrated long term business relationships and repeat business with Government and private customers, and performance awards/letters of recommendations received; (5) Quality Control Program -- Firms will be evaluated on the acceptability of their internal quality control program used to assess technical accuracy in reports, to assure overall coordination between engineering and technical disciplines, their means of ensuring quality services from their subcontract laboratories; and to ensure technical accuracy and discipline coordination of plans and specifications; (6) Firm location (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract); and (7) 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&E firms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts. The contract requires that the selected firm have an on-line access to E-mail via the internet for routine exchange of correspondence, and have Central Contractor Registration. 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; however, the yearly maximum may total up to $2,500,000. Of this amount, a majority will most likely be expended in the first two years of the contract (assuming the option years are exercised); this is due to the eventual closing of UST sites at various Navy/Marine Corps activities over time. No other general notification to firms for other similar projects performed under this contract will be made. Type of contract: Firm Fixed Price Indefinite Quantity Contract. Estimated start date is September 2001. -- 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 that your firm is permitted by law to practice the professions of architecture or engineering and/or geology, i.e., State registration number. For selection evaluation factor (1), provide the following information for only the staff proposed for this work using these column 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 must be 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, 18 June 2001 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 copy of 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. -- This proposed contract is being solicited as 100% set-aside for small business, therefore, replies to this notice are requested from all small business concerns. -- The small business size standard classification is NAICS 541330 ($4,000,000). -- This is not a request for proposals. Inquiries concerning this project should mention location and contract number. See Note 24.
Record
Loren Data Corp. 20010515/CSOL008.HTM (W-131 SN50L8X9)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on May 11, 2001 by Loren Data Corp. -- info@ld.com