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