|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 1,1995 PSA#1293Atlantic Division, Naval Facilities Engineering Command, 1510 Gilbert
Street, Norfolk, Virginia 23511-2699 (Attention: Code 02231) C -- I/Q FOR SERVICES REQUIRED FOR WATER QUALITY COMPLIANCE WITHIN
OVERSEAS AREAS (INCLUDING THE CARIBBEAN) UNDER THE COGNIZANCE OF THE
ATLANTIC DIVISION, NAVAL FACILITIES ENGINEERING COMMAND SOL
N62470-95-R-6005 POC Contact Miss Bayla Mack, 804-444-9676/Mr. Dean
Koepp, Head, Contract Support Branch, 804-444-9582 Environmental
Engineer, Architect-Engineer and/or Environmental Science Services are
required for environmental and engineering services to address
environmental tasks under the Atlantic Division, Naval Facilities
Engineering Command's overseasarea (including the Caribbean) of
responsibility associated with water quality compliance, including but
not limited to: the Federal Water Pollution Control Act, National
Pollutant Discharge Elimination System (NPDES), EPA effluent
guidelines, andPretreatment Regulations. Taskings shall include water
quality evaluations, impact assessments, and waste load allocation
determinations; mixing zone studies and dilution modeling (with some
emphasis on tidally influenced receiving waters); wastewaterand storm
water characterizations; chemical and biological analyses of
wastewaters, receiving waters and sediments, including ability to
conduct assessments utilizing ''clean'' chemistry techniques;
industrial and domestic wastewater treatment processevaluations,
operator training programs, operation/maintenance manuals, source
surveys, and treatability studies; application of Geographic
Information System (GIS); and development of best management practices
and pollution abatement plans.Preparation of project documentation
(construction project with detailed scoping with budget estimates, DD
Forms 1391, Step II and Witness Data Sketches for corrective actions)
may result from taskings. Preparation of reports to be used in
complianceand permit negotiations with regulators. Taskings may result
from regulator compliance actions directed to Navy or Marine Corps
permittees. The A&E must demonstrate his and each key consultant's
qualifications with respect to the published evaluationfactors for all
services. Evaluation factors (1) through (5) are of equal importance;
factors (6), (7) and (8) are of lesser importance. Specific evaluation
factors include: (1) Specialized Experience - Firms, and consultants if
proposed, will beevaluated in terms of their experience over the last
5 years in performing environmental studies associated with customer
compliance with the United States Clean Water Act and Water Quality
Type Requirements imposed in the European community.Specialized
experience is required in water quality evaluations and waste load
allocation determinations; mixing zone studies and dilution modeling
(with some emphasis on tidally influenced receiving waters); wastewater
and stormwater characterizations;chemical and biological analyses of
wastewaters, receiving waters and sediments, including demonstrated
expertise with the use of ''clean'' chemistry techniques; industrial
and domestic wastewater treatment process evaluations, source surveys,
andtreatability studies; application of GIS; and development of best
management practices and pollution abatement plans; (2) Professional
qualifications of the technical staff in the type of work identified in
factor 1 - Firms will be evaluated in terms of (a) active professional
registration of the engineering/technical staff including professional
registration in Puerto Rico; (b) familiarity with the Clean Water Act,
NPDES regulations, Pretreatment regulations, and related State
regulations as well asResource Conservation and Recovery Act (RCRA),
Hazardous Waste regulations and related State regulations; and (c) the
proposed team's management approach to successfully completing tasks
under this contract including their demonstrated work experiencewith
key consultants on similar projects; (3) Capability to provide
qualified backup staffing for key personnel to ensure continuity of
service sand ability to increase project staffing to meet unexpected
project demands; (4) Past Performance - Firmswill be evaluated in terms
of their past performance with this Command and other DOD agencies and
private companies in terms of demonstrated long term business
relationships and repeat business (with emphasis on projects addressed
in factor 1). Firmswill also be evaluated in terms of demonstrated
history of meeting performance schedules; (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, and their means of ensuring quality services from their
subcontract laboratories; (6) Firm location and knowledge of the
locality of the contract (provided that application ofthis 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 materials and
practices of the areas; (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
amongqualified A&E firms, including small and small disadvantaged
business firms and firms that have not had prior DOD contracts; and (8)
Small Business and Small Disadvantaged Business Subcontracting Plan -
Firms will be evaluated on the extent to whichofferors identify and
commit to small business and to small disadvantaged business,
historically black college and university, or minority institution in
performance of the contract, whether as joint venture, teaming
arrangement, or subcontractor. Theduration of the contract will be for
one (1) year from the date of an initial contract award. The proposed
contract includes two (2) one (1) year Government options for the same
basic professional skills. Subject to necessary changes, the total
A&Efee that may be paid under this contract will not exceed $2,000,000.
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 June
1995.--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-EngineerQualifications, 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 ofarchitecture or
engineering, 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 (limited to 30 pages
(front andback considered 1 page)--not less than 10 point font; every
page that is not an SF 254 will be included in the 30 page count);
cover letter and other attachments will not be considered in the
evaluation process. 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, 3 April 1995 will be considered. Late
responses will be handled inaccordance 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
shouldclearly 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 on an unrestricted basis,therefore, replies
to this notice are requested from all business concerns. Before award
of contract, the Architect-Engineer (if not a Small Business concern)
shall agree in the contract, by incorporation of an acceptable small
business and smalldisadvantaged business subcontracting plan in
accordance with FAR Part 19.7, that small business concerns and small
disadvantaged business concerns shall have the maximum practicable
opportunity to participate in contract performance consistent with
itsefficient performance.--The small business size standard
classification is SIC 8711 ($2,500,000).--This is not a request for
proposals. Inquiries concerning this project should mention location
and contract number. See Note 24.(0058) Loren Data Corp. http://www.ld.com (SYN# 0027 19950228\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|