Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2006 FBO #1726
SOLICITATION NOTICE

C -- Indefinite Quantity Contract for Independent Monitoring of Asbestos, Lead, Mold, Hazardous Materials and Radon Projects at Various Activities throughout NAVFAC Mid-Atlantic's Area of Responsibility

Notice Date
8/16/2006
 
Notice Type
Solicitation Notice
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Mid-Atlantic, Department of the Navy, Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland AV., Norfolk, VA, 23511
 
ZIP Code
23511
 
Solicitation Number
N40085-06-R-7008
 
Response Due
9/15/2006
 
Small Business Set-Aside
8a Competitive
 
Description
ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD. Environmental Consulting Services are required for an Indefinite Quantity Contract for Independent Monitoring of Asbestos, Lead, Mold, Hazardous Materials and Radon Projects at Various Activities throughout the Naval Facilities Engineering Command, Mid-Atlantic's Area of Responsibility. The NAVFAC Mid-Atlantic AOR includes the entire mid-Atlantic and northern-Atlantic regions including but not limited to Virginia, North Carolina, West Virginia, Maine, Vermont, New Hampshire, Massachusetts, Rhode Island, Connecticut, New Jersey, New York, Pennsylvania and Delaware. The preponderance of work will be in the New England States including New York and Pennsylvania. The primary media involved are asbestos, lead, mold, radon, hazardous materials, and indoor air quality that pertain to safety, renovation and demolition projects and required third party monitoring. Emphasis will be on hazardous testing, analysis, assessment and the inspection/monitoring of various abatement projects, etc. Additional industrial hygiene, environmental, and safety related consultation and services may be required on an as needed basis. Taskings will include the following, but are not limited to: 1. Asbestos: Perform air monitoring, inspections, surveys, designs, and industrial hygiene services including the following: (a) Testing Laboratory: The analytical laboratory performing analysis shall be accredited by the American Industrial Hygiene Association (AIHA) through the National Voluntary Laboratory Accreditation Program (NVLAP) administered by the National Institute of Standards and Technology (NIST). (b) Inspections: Conduct visual inspections of the work area and surrounding areas in conjunction with air monitoring on site. Inspections shall be consistent with ASTM E 1368-96, Standard Practice for Visual Inspection of Asbestos Abatement Projects, and shall include perimeter areas, decontamination areas, work areas, work practices, worker decontamination procedures, air filtration devices and proper storage, transfer and handling of asbestos waste. (c) Asbestos hazard Abatement Plans: Review and provide recommendations for all contractor submitted asbestos hazardous abatement plans when required in accordance with all Federal, State and local regulations. (d) Alternative Work Practices: Review and provide recommendations for all contractor submitted asbestos alternative work practices when required in accordance with all Federal, State and Local regulations. (e) Public Works Department (PWD) Meetings: Attend meetings and participate in conference calls when required. (f) Asbestos Bulk Sampling: Provide asbestos (destructive and non-destructive) bulk sampling services relating to third party monitoring when requested, collect bulk samples of suspected contamination, debris, or additional materials identified during construction as directed by the PWD or Contracting Officer in accordance with all Federal, State and Local regulations. (g) Personnel Qualifications: Personnel performing work area inspections and air monitoring are required to have the following: (g.1) A minimum of two years of college in physical sciences (i.e.; industrial hygiene, environmental, chemistry) or one year of environmental assessment experience. (g.2) Successful completion of a course in industrial hygiene or environmental air monitoring with hands on experience (NIOSH 582 or equivalent) (g.3) Successful completion of an asbestos abatement contractor/supervisor and building inspector course (EPA approved course) (g.4) Certified by the [State of / City of] to monitor asbestos projects 2. Lead: Provide independent clearance examination services associated with abatement of lead-based paint (LBP) hazards as defined by 40 CFR 745.65. An accredited Risk Assessor shall perform all on-site labor, visual inspections (in all abated units), documentation of abatement methods/work practices, and perform random clearance single-surface dust wipe (and/or soil) sampling as required in 40 CFR 745.227(e)(9). Identify LBP hazards that have been abated and whether intact LBP remains. The independent clearance examination shall be consistent with the requirements as outlined in UFGS 13283. Laboratories used must be accredited through the EPA's National Lead Laboratory Accreditation Program (NLLAP). 3. Mold Remediation: Perform HVAC and duct cleaning inspection and indoor air quality (IAQ) monitoring in accordance with the provisions of specification section 15820 Cleaning HVAC Ductwork and Equipment. Perform independent testing as outlined in the specification section and as described herein. Report to the PWD or Contracting Officer on a daily basis. Provide the PWD or Contracting Officer with technical information; such as, changed conditions, addition or deletion of materials, or other technical support as required during the project. Submit a written report upon completion of the work and signed by the Navy Consultant. 4. Radon: Perform radon diagnostic testing as required by project specific requirements. Perform post-mitigation diagnostic testing by standard testing methods. Use accredited personnel and laboratories to perform all work if applicable. Result data shall be consistent with accreditation program reporting requirements. Provide sample summary tables in the final report. 5. Hazardous/Regulated Materials: Provide oversight/monitoring and testing as required by project specific requirements, i.e., removal of Mercury/Mercury containing bulbs, PCB containing ballasts and any other hazardous/regulated materials. Use accredited personnel and laboratories to perform all work if applicable. Result data shall be consistent with accreditation program reporting requirements. Provide sample summary tables in the final report. 6. Toxicity Characteristic Leaching Procedure (TCLP) Analysis: Provide TCLP testing service as required. Use accredited personnel and laboratories to perform all work. Result data shall be consistent with accreditation program reporting requirements. Provide sample summary tables in the final report. 7. Meetings: Attend meetings and participate in conference calls when required. 8. Cost Estimates: Provide cost estimates and relevant information when required. The contract requires that the selected firm have on-line access to E-mail via the Internet for routine exchange of correspondence. The firm must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for all services. 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: Firms and consultants, if proposed, will be evaluated in terms of their past experience with regard to the completion of the following types of projects: health hazard assessment studies, hazardous abatement monitoring projects, hazardous material surveys, inspections, surveys, assessments, and indoor air quality projects, and third party monitoring. 2. Professional Qualifications and Technical Competence of the staff assigned to this contract for the type of work addressed in Evaluation Factor #1: Firms will be evaluated in terms of the staff's active professional registration, and professional qualifications to include Federal, State and local certifications and specific licensing requirements and relevant experience of the staff to be assigned to this contract as an independent asbestos project inspector (including those of any consultants. Capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands. 3. Capacity: Ability to perform the work to schedules and capacity to accomplish a variation of 5 taskings simultaneously. Firms will be evaluated in terms of impact of this workload on the staff's projected workload during the contract period. 4. Past Performance: Firms will be evaluated in past performance with respect to work quality, compliance with schedules, and cost control (with emphasis on projects addressed in Evaluation Factor 1 and DoD work). Firms should include any letters of commendation or awards. 5. Quality Control Program: Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination of the studies, plans, third party monitoring and specifications - list key personnel responsible. 6. Firm location (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract). Firms will be evaluated on their location with respect to the general geographical area of the contract and their knowledge of local codes, laws, permits and construction practices of the area of the contract. This evaluation factor applies to the office that will perform the work and not general office locations that will not be performing work under this contract. 7. Volume of Work: Firms will be evaluated in terms of work previously awarded to the firm by DOD within the past 12 months with the objective of effecting an equitable distribution of DOD contracts among qualified firms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts. The duration of the contract will be for one (1) year from the date of an initial contract award with four (4) additional one (1) year option periods. The total amount that may be paid under this contract (including option years) will not exceed $7,500,000 for the entire contract term. The minimum guarantee for the entire contract term (including option years) will be satisfied by the award of the initial Task Order. 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 the firm's performance under the subject contract. There will be no dollar limit per task order and no dollar limit per year. 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 October 2006. This proposed contract is being solicited as 100% set aside for 8(a) small businesses; therefore, replies to this notice are requested from all 8(a) small business concerns. The small business size standard classification is NAICS 541620 ($6,000,000). All contractors are advised that registration in the DOD Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to register in the DOD CCR Database may render your firm ineligible for award. For more information, check the DOD CCR Website: http://www.ccr.gov. Firms which meet the requirements described in this announcement are invited to submit a completed SF 330. If the SF 254/SF 255 is submitted for this solicitation, it will not be reviewed or considered. The SF 330 should be typed and one sided. As an attachment, provide an organization chart of the proposed team showing the names and roles of all key personnel listed in Section E with the associated firm as listed in Section C. Please include your DUNS, CAGE, and TIN numbers in Block 30 of the SF 330. Provide evidence that your firm's staff (including any consultants) has all Federal, State, and local certifications necessary to perform the work described in this announcement throughout the NAVFAC MIDLANT AOR. Responses are due no later than 4:00 p.m. EST, 15 September 2006. Responses should be sent to the following addresses: Mailing Address: Commanding Officer, Naval Facilities Engineering Command, Mid-Atlantic, Attn: Code AQ22E, 9742 Maryland Avenue, Norfolk, Virginia 23511-3095. Express Mail Address: Commanding Officer, Naval Facilities Engineering Command, Mid-Atlantic, Attn: Code AQ22E, 9324 Virginia Avenue, Room 320, Norfolk, Virginia 23511-3689. Late responses will be handled in accordance with FAR 52.215-1. Hand carried responses will not be accepted. Electronic (E-mail, facsimile, etc.) submissions are not authorized. Firms responding to this advertisement are requested to submit only 1 copy of the qualification statement. Inquiries concerning this project should include solicitation number and title.
 
Place of Performance
Address: Mid and Northern Atlantic Regions of the US
Zip Code: 23511
Country: UNITED STATES
 
Record
SN01117183-W 20060818/060816221942 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.