|
COMMERCE BUSINESS DAILY ISSUE OF march 27,1995 PSA#1311NORTHERN DIVISION, NAVAL FACILITIES ENGINEERING COMMAND, 10 INDUSTRIAL
HIGHWAY, MAIL STOP #82, LESTER, PA 19113-2090 C -- ENGINEERING SERVICES FOR ASBESTOS ABATEMENT PROJECTS IN THE
NORTHERN DIVISION 10 STATE AREA SOL N62472-95-D-1449 DUE 042795 POC
Contact Point, ANTHONY TETI, (610)-595-0643 Engineering, design, and
analytical services for an indefinite quantity contract to conduct
detailed asbestos surveys of designated Naval activities in the
Northern Division 10 State region. Efforts may include performing
Asbestos Hazard Emergency Response Act (AHERA) type surveys to sample,
locate, and document all asbestos materials in these facilities. The
work will include: field surveys, sample collection and analysis,
hazard rating, development of detailed reports, preliminary cost
estimates, and preliminary design for hazard abatement. Services may
also include development of O&M plans to provide standard operating
procedures for all facility maintenance actions and could include
services to train activity personnel to implement the O&M plan.
Services may also include studies and hazard abatement designs with
cost estimates, construction management, and third party monitoring.
The following pre-priced options may be exercised at the discretion of
the government: 35-100% design and Post Construction Contract Award
Services such as shop drawings, as-builts, consultation, and
inspection. Options are normally exercised within several months of
completing prior work, however, delays of up to one year are possible.
All field work must be performed under the supervision of a CIH,
currently certified by the American Board of Industrial Hygiene. All
designs including cost estimates are to be performed under the
supervision of a licensed P.E. with an EPA accreditation as an asbestos
project designer. Laboratory analysis requires accreditation by the
AIHA and NIST/NVLAP. The primary emphasis is in asbestos hazard
assessment and design, however, capability in the following services is
also required. Lead risk assessments and surveys may be performed.
Guidelines for survey, assessment, and corrective action shall follow
current HUD protocols for Navy family housing projects. Non-residential
design and abatement project work shall require sampling and testing
suspect lead-based paint, dust, and soil conditions. TCLP testing shall
be required during project development by established protocols.
Laboratories performing survey analysis shall be: proficient in HUD
testing protocols, be accredited by AIHA or A2LA, and successfully
participate in the ELPAT program. Laboratories performing TLCP analysis
shall be Contract Laboratory Procedure or equivalent. Also, perform
radon testing, diagnostics, and design a radon mitigation system for
housing and buildings to reduce levels below the EPA established action
level. Post mitigation testing may be performed. All work is to be
performed by accredited personnel who have passed the EPA radon
contractor proficiency program examination. Firms unable to accept work
which may involve asbestos need not apply. Significant Evaluation
Factors (In Order of Importance): 1. Specialized experience of the firm
in conducting detailed hazardous material surveys/assessments and
associated abatement designs. 2. Professional qualifications of staff
to be assigned to this contract (including those of any consultants).
3. Capacity of the assigned team to accomplish the work within the
required time constraints. 4. Past performance with respect to quality
of work and compliance with performance schedules (emphasis on D.O.D.
work). 5. Location of the firm in the general geographical area of the
project and knowledge of the locality of the project, provided that
there is an appropriate number of qualified firms therein for
consideration. 6. List the small or disadvantaged or women-owned
business firms used as primary consultants or as subconsultants. 7.
Volume of work previously awarded to the firm by the Department of
Defense. Estimated Construction Cost: N/A. Type of Contract: Firm-Fixed
Price. Estimated Start Date: October 1995. Estimated Completion Date:
October 1997. A/E firms which meet the requirements described in this
announcement are invited to submit completed Standard Forms 254 and 255
to the office shown above. Firms responding to this announcement by 27
April 1995 will be considered. Respondents may supplement this
proposal with graphic material and photographs which best demonstrate
capabilities of the team proposed by the project. No material will be
returned. This is not a request for proposal. Do not fax any material.
THERE WILL BE NO DOLLAR LIMIT PER PROJECT. THE TOTAL FEE THAT MAY BE
PAID UNDER THIS CONTRACT WILL NOT EXCEED $1,500,000 PER YEAR. A SECOND
YEAR OPTION MAY BE EXERCISED AT THE DISCRETION OF THE GOVERNMENT. The
contract minimum will be a total of $15,000 worth of delivery orders.
Since this contract may result in an award fee in excess of $500,000,
a small business subcontracting plan may be required if the selected
firm is a large business concern. (0082) Loren Data Corp. http://www.ld.com (SYN# 0011 19950324\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|