Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF march 27,1995 PSA#1311

NORTHERN 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