Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 16,1995 PSA#1304

Atlantic Division, Naval Facilities Engineering Command, 1510 Gilbert Street, Norfolk, Virginia 23511-2699 (Attention: Code 02231)

C -- INDEFINITE QUANTITY CONTRACT FOR ENVIRONMENTAL BASELINE SURVEYS (EBS) FOR REAL ESTATE ACTIONS AT LOCATIONS WITHIN STATESIDE AREAS UNDER THE COGNIZANCE OF LANTNAVFACENGCOM SOL N62470-95-R-6001 POC Contact Miss Bayla Mack, 804-444-9676/Mr. Dean Koepp, Head, Contract Support Branch, 804-444-9582 Architect-Engineer or Engineering Services are required for Environmental Baseline Surveys (EBS) for Real Estate actions associated with property acquisition and excessing. In addition to Environmental Baseline Surveys, work may include Phase Iand Phase II Hazardous and Toxic Waste Surveys, and other similar environmental work at locations within the Atlantic Division, Naval Facilities Engineering Command's Stateside Geographic Area (including Engineering Field Activity, Chesapeake andEngineering Field Division, North areas). This work may include, but not be limited to: (a) historical background checks (such as identifying previous site ownership and business license records; (b) identifying and reviewing previous and current siteuses and plans; (c) reviewing of insurance records, fire hazard maps, and aerial photographs; (d) interviews with area residents and current and former employees; (e) record searches of on-site records and regulatory agency files to include Federal,State, City and local community files; and (f) site visits consisting of examining for evidence of soil staining and hazardous substances, examining for any fill areas of depressions, searching for stressed flora or fauna, checking for unusual odor andrecommendations of further site work. The information to be obtained under this contract is to include, at a minimum, all information outlined in ASTM 50.20.2 and all other applicable regulations (i.e., DON 5090.1b or Marine Corps equivalent).Sampling required under this work may include, but is not limited to, collection of air, sediment, surface soil, surface water, subsurface soil or groundwater samples and subsequent analysis (including QA samples) using standard EPA procedures. Thework will also include preparation of work plans, site safety plans, sampling plans, quality assurance plans, and a summary report with recommendations and estimated cleanup costs. Phase II work, if deemed necessary, may include, but is not limited to: collection of additional data concerning the areas of potential concern such as soil sampling/boring, sediment sampling, biota sampling, surface water sampling, groundwater sampling, air sampling, boring logs, well construction data, water levelmeasurements, and soil gas testing. The work will also include preparation of work plans, site safety plans, sampling plans, quality assurance plans, and a summary report with cost estimates and recommendations for future action. The A&E mustdemonstrate 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), (7) and (8) are of lesser importance. Specificevaluation factors include: (1) Specialized experience and technical competence in the type of work required in (a) through (f) above at Navy and DOD facilities. In relation to EBS and Phase I and II Hazardous and Toxic Waste Surveys, knowledge andapplication of Resource Conservation Recovery Act (RCRA), Comprehensive Environmental Restoration, Compensation and Liability Act (CERCLA), Toxic Substance Control Act (TSCA), hazardous waste site operations, and experience in dealing with assessingimpacts of hazardous waste sites located in wetlands areas. The contract scope may require evaluation, definition and disposal of solid hazardous wastes; (2) Professional qualifications and technical competence for EBS and Phase I/II assessmentprojects as described in evaluation factor (1) of the present technical staff in environmental engineering, civil engineering, environmental chemistry, geological and hydrogeological disciplines. The firm and staff will be evaluated on: (a) activeprofessional registration(s); (b) past Navy and DOD experience on projects addressed in evaluation factor number one; (c) proposed staff experience on similar past Navy and DOD projects; and (d) ability to manage multiple projects at various stages ofcompletion and maintain quality and established schedules. The A&E may be required to manage greater than 10 different taskings concurrently and maintain schedules indicated in evaluation factor 3; (3) Capacity to accomplish work in the required time -Firms will be evaluated in terms of ability to promptly respond to Government request for services. Typically for site investigations, the firm will be required to: (a) submit draft work plans within 30 days after initial Notice to Proceed (NTP); and(b) to mobilize forces, complete testing on a single site, analyze results, and submit a draft report within 60 days of field work; (4) Past Performance - Firms will be evaluated in terms of the firm's quality of work and demonstrated long term businessrelationships and repeat business with Government and private industry with emphasis on projects addressed in evaluation factor (1); (5) Documented Quality Control Program/Plan - Firms will be evaluated on the acceptability of their internal qualitycontrol program used to ensure overall coordination between engineering and technical disciplines, their past management roles on projects related to those addressed in evaluation factor number (1); their means of ensuring quality services from thesubcontract services, i.e., laboratories, drillers, and to ensure technical accuracy and discipline coordination of plans and specifications; (6) Firm location and knowledge of the locality of the contract (provided that application of this criterionleaves 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 andconstruction 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 among qualified A&Efirms, 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 which offerors identifyand 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. The duration of thecontract 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 willnot 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 June1995.--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 shownabove. 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, i.e., Stateregistration 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 Block10 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 and back considered 1 page)--not less than 10point 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 foreach 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, 19 April 1995 will be considered. Late responses will be handled in accordance with FAR 52.215-10. Neither handcarried 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 thework 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 requestedfrom 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 small disadvantaged business subcontracting plan inaccordance 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 its efficient performance.--The small businesssize 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.(0073)

Loren Data Corp. http://www.ld.com (SYN# 0022 19950315\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page