Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 2, 2001 PSA #2906
SOLICITATIONS

C -- INDEFINITE DELIVERY SOLICITATION FOR COMPREHENSIVE ENGINEERING SERVICES FOR THE NAVY'S ASBESTOS, LEAD BASED PAINT, PCB'S AND OTHER HAZARDOUS MATERIAL PROGRAMS FOR ACTIVITIES AND RESERVE CENTERS IN FL, MS, AL, GA, SC, NC, TN, KY, IL, IN, OH, MI, AND WI

Notice Date
July 31, 2001
Contracting Office
Commander, Southern Division, Naval Facilities Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC 29419-9010
ZIP Code
29419-9010
Solicitation Number
N62467-01-R-0410
Response Due
September 4, 2001
Point of Contact
Ms. Frances J. Mitchell 843/820-5749
Description
This solicitation is set-aside for 8(a) engineers only and is for an indefinite quantity of a variety of engineering services associated with the Navy's asbestos, lead base paint, PCB's and other hazardous materials programs covering the following states: FL, MS, AL, GA, SC, NC, TN, KY, IL, IN, OH, MI, and WI. The successful contractor may be required to perform services at locations other than identified in this contract, including other DOD or non-DOD activities. Contractor may be required to perform 3rd party monitoring at various locations. Work includes investigations and studies to determine potential hazards at Navy installations due to presence of asbestos-containing material (ACM), lead base paint (LBP), PCB's and other hazardous materials. Recommendations concerning best workable solutions for abatement action, and preparation of plans and specifications for removal or other recommended solutions. Contract award is contingent on availability of funds. The total value of this contract will not exceed $5,000,000. A minimum guarantee of $20,000.00 is payable for the life of the contract. The contract period is 1 year with 4 one-year options for the complete services described above. The following criteria (numbered in order of importance) will be used in the selection process: 1. PROFESSIONAL QUALIFICATIONS: a) Technical competence of the firm to perform the types of work identified. Technical qualifications of the firm's team members to design environmental remediation projects. Experience with and knowledge of environmental regulations, particularly with hazardous waste (RCRA). Knowledge of Navy regulations through recent design experience. Professional Engineer (PE), Certified Industrial Hygienist (CIH), and a Professional Geologist (PG) is required to be on the A-E staff under this contract. b) Team members shall have a formal understanding of and shall be familiar with all federal and state regulations. 2. SPECIALIZED EXPERIENCE: Recent experience in: a) Asbestos management, b) Lead base paint management, and hazardous material management; c) OSHA and EPA regulations concerning asbestos and lead base paint; d) Design of abatement projects. 3. PERFORMANCE: Past performance on contracts with DOD agencies and private industry in terms of quality of work, cost control and compliance with performance schedules. 4. CAPACITY: a) Professional ability to perform multiple projects concurrently; and b) Ability to sustain the loss of key personnel while accomplishing the work within the required time limit. 5. LOCATION: a) Knowledge of probable site conditions; and b) Geographic location of the firm with respect to the contract areas as indicated. 6. VOLUME OF DOD WORK: Firms will be evaluated in terms of work previously awarded to the firm by DOD within the past twelve months with the objective of effecting an equitable distribution of contracts among qualified A-E firms including small and small disadvantaged business firms and firms that have not had prior DOD A-E contracts. In order to assist the committee to more efficiently review all applications, a summary of experience, proposed team staffing, proposed team staffing and depth of additional staff support is requested in addition to the SF 255, as follows: 1. An affirmative statement that the prime firm is a certified 8(a) business including the date of graduation from the program the sponsoring SBA District Office. 2. Summarize, in descending order of significance, not more than three of your most relevant projects for the type projects required under the experience category. For each of the presented projects, give the following information where applicable: a) list the currently proposed team members that worked on the project; b) an owner point of contact with telephone number. 3. Summarize your proposed team in tabular form with the following data: a) firm name; b) individual name; c) if the individual is with a consultant firm; d) office assigned to (home or branch office); e) Professional Registration and date; f) assigned team responsibility; g) years with current firm, years with other firms; h) percent of time committed to this team. 4. List the number of individuals in each discipline not assigned to the proposed team that could be used to augment the proposed team in the event of loss of personnel or failure to maintain schedules. SELECTION INTERVIEW REQUIREMENTS: Prior to the selection interview, A-E firms slated must submit their Quality Assurance Project Plan (QAPP). This shall include an explanation of their management approach: an organizational chart showing the inter-relationship of management and team components and specific quality an organizational chart showing the inter-relationship of management and team components and specific quality control processes used, a listing of present business commitments and their required completion schedules, financial and credit references (include name and telephone numbers of officers at their financial institutions), and performance references other than Southern Division, Naval Facilities Engineering Command (include three or more with names and telephone numbers of the contract administrators). For consideration, provide ONE original (UNBOUND) SF 255 and SF 254 for the prime and one SF 254 for each consultant proposed. The SF 255 with attachments shall be limited to 25 pages (8.5x11 one sided), with print size not smaller than 12-pitch font. The submittal package must be received in this office not later than 4:00 P.M. EASTERN TIME on TUESDAY 04 SEPTEMBER 2001. Submittals received after this date and time will not be considered. If additional firms are needed for consideration, SF 254s already on file will be used. Offeror's must also be registered in the Contractor's Central Registration (CCR) in order to participate in this procurement. The website for CCR is http://www.ccr2000.com. Include telefax numbers and e-mail address in Block 3a, the DUNS number, Commercial and Government Entity (CAGE) Codes, if known, ACASS number and Taxpayer Identification Number (TIN) in Block 3. The DUNS, CAGE and TIN are discussed in the DOD FAR Supplement, Part 204 Subpart 204.72. NAICS (formerly SIC) is 54133 and Size Standard is $4M. Label lower right corner of outside mailing envelope with "A-E Services, 01-R-0410". This is not a request for proposal. Site visits will not be arranged during advertisement period. Submittals should be addressed to: Commander, Southern Division, Naval Facilities Engineering Command, 2155 Eagle Drive, North Charleston, SC 29406 (P.O. Box 190010, North Charleston, SC 29419-9010). ADDRESS ALL RESPONSES TO ATTN: CODE ACQ13fm.
Record
Loren Data Corp. 20010802/CSOL006.HTM (W-212 SN50T4Z8)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on July 31, 2001 by Loren Data Corp. -- info@ld.com