Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 1,1995 PSA#1293

Atlantic 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