|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 13,1995 PSA#1451COMMANDING OFFICER, SOUTHERN DIVISION, NAVAL FACILITIES ENGINEERING
COMMAND, 2155 EAGLE DRIVE (29406), P. O. BOX 190010, NORTH CHARLESTON,
SC 29419-9010 C -- I/Q SOLICITATION FOR ENGINEERING SERVICES FOR THE NAVY POLLUTION
PREVENTION AND EMERGENCY PLANNING AND COMMUNITY RIGHT- TO-KNOW ACT
(EPCRA) PROGRAMS WITHIN THE SPECIFIED SOUTHERN DIVISION AOR SOL
N62467-95-R-1152 DUE 111595 POC Admin questions: Ms. Frances Mitchell
(803) 743-0749 Two firms will be selected for this solicitation, one
for each contract. Firms may apply for one or both of these contracts.
No firm will be awarded more than one (1) contract. Only one submittal
is required to be considered for both contracts covered by this
solicitation. Firms shall indicate in Block 1 of their SF 255 the
contract number/numbers for which they wish to be considered. The first
contract will be identified as N62467-95-R-1152 and shall encompass a
variety of engineering services associated with the Navy Pollution
Prevention and Emergency Planning and Community Right-to Know Act
(EPCRA) programs. The geographical area for this contract will
encompass the states of Alabama, Florida, Georgia, North Carolina,
South Carolina, and Tennessee. Other DOD facilities within these states
or other states within Southern Division's geographic area of
responsibility may occasionally be included in the tasking where
necessary to meet regulatory compliance deadlines or to provide a
consistent product for numerous facilities under the cognizance of the
same major claimant. Exception will be on a case-by-case basis as
approved by the Contracting Officer. The second contract will be
identified as N62467-95-R-1153 and shall encompass a variety of
engineering services associated with the Navy Pollution Prevention and
Emergency Planning and Community Right-to Know Act (EPCRA) program.
The geographical area for this contract will encompass the states of
Mississippi, Louisiana, Texas, Arkansas, Oklahoma, Kentucky, Ohio,
Indiana, Illinois, Michigan, Wisconsin, Missouri, Iowa, Minnesota,
Kansas, Nebraska, South Dakota, North Dakota, Colorado, and Wyoming.
Other DOD facilities within these states or other states within
Southern Division's geographic area of responsibility may occasionally
be included in the tasking where necessary to meet regulatory
compliance deadlines or to provide a consistent product for numerous
facilities under the cogizance of the same major claimant. Exception
will be on a case-by-case basis as approved by the Contracting Officer.
The work will include, but is not limited to, the following engineering
services: (1) Development of Pollution Prevention Plans and periodic
updates; (2) Preparation of EPCRA reports and supporting documentation
packages; (3) Assistance with implementing Pollution Prevention Plans
including, but not limited to: development of training packages and
instructional materials such as posters, videos, manuals, etc.;
modifying structures and utilities necessary to implement pollution
prevention recommendations; training workers in the use of new
equipment or materials; analysis of facility requirements to implement
recommendations; assistance with implementing data tracking systems;
research, development, testing and evaluating the technical feasibility
of recommendations; evaluating the cost effectiveness of
recommendations; developing employee incentives programs; assistance
with establishing hazardous material central issue points. The
following services are desirable, but will not be the basis of
selection: (4) Hazardous waste management services including, but not
limited to: Evaluating the impact to the Navy of new
policies/regulations; development and implementation of closure plans;
development of hazardous waste management plans; addressing the
applicability of Subpart AA/BB/CC requirements; documenting waste
stream determinations; evaluating the requirements of the new Hazardous
Waste Identification Rule (HWIR); conducting compliance evaluations;
development of solvent exclusion determinations, etc. Contract award is
contingent on availability of funds. Contract is for one year
(approximately $1,000,000) with a three (3) one year option period. The
maximum contract value shall not exceed $4,500,000. A minimum fee of
$50,000 is guaranteed for the first year. This guaranteed fee is a
recordable obligation at the time of award and as such shall be fully
funded. Total value of orders placed the first year serves as the
minimum fee for the option period. No one delivery order will exceed
$500,000. The following criteria (numbered in order of importance) will
be used in the selection process: 1. PERFORMANCE: Demonstrated ability
to apply technical expertise in hazardous materials and waste
management/pollution prevention/EPCRA (as well as other environmental
programs that may impct these program areas) to guide DOD agencies and
private industry towards improved regulatory compliance in these areas
as a part of normal operating practices. Examples of this include, but
are not limited to: forecasting clients' needs in hazardous waste
management/pollution prevention/EPCRA resulting from new/proposed
regulations providing clients not only what they have requested, but
based on expertise, what they really need. Past performance on
contracts with DOD agencies and private industry in terms of quality of
work, cost control and compliance with performance schedules. 2.
SPECIALIZED EXPERIENCE: a) Recent experience in: a) Developing and
implementing Pollution Prevention Plans; b) Identifying pollution
prevention recommendations; c) Assessing the feasibility and cost
effectiveness of pollution prevention recommendations; d) Assessing the
utility and structural modifications necessary to implement pollution
prevention recommendations; e) Preparing and implementation of employee
training packages; f) Preparing EPCRA reports and supporting
documentation packages; g) All aspects of hazardous waste management.
3. PROFESSIONAL QUALIFICATIONS: a) Technical competence (including
education and professional registration, and recent experience in
similar work), and knowledge of the Navy's Hazardous Waste, Pollution
Prevention, and EPCRA programs; b) Team members shall have a formal
understanding of and shall be familiar with the following Federal
Regulations and Navy policy: 40 CFR 260 through 40 CFR 270, OPNAVINST
5090.1B, OPNAVINST 4110.2, 40 CFR 370, and 40 CFR 372. 4. CAPACITY: a)
Professional ability to perform multiple projects concurrently; and b)
Ability to sustain the loss of key personnel while accomplishing the
work within the required time limit. 5. LOCATION: a) Knowledge of
probable site conditions; b) Geographic location of the firm with
respect to the contract areas as indicated. 6. VOLUME OF DOD WORK: Firm
will be evaluated in terms of work previously awarded to the firm by
DOD within the past twelve months with the objective of affecting an
equitable distribution of contracts among qualified A-E firms including
small and small disadvantaged business firms and firms that have not
had prior DOD A-E contracts. 7. JOINT VENTURE, TEAMING OR SUBCONTRACTOR
UTILIZATION: Team will be evaluated on the extent to which potential
contractors identify and commit to small business, sall disadvantaged
business, 8(a), and historically black college and university, or
minority institution in performance of the contract, whether as a joint
venture, teaming arrangement, or subcontractor. In order to assist the
committee to more efficiently review all applications, a summary of
experience, proposed team staffing, proposed team staffing and depth of
additional staff support is requested as part of or in addition to the
SF 255, as follows: 1. Summarize in descending order of significance,
at least three of your most relevant projects for the type projects
required under the experience category. For each of the presented
projects give the following information where applicable: a) bid
results as compared to your estimate; b) list the currently proposed
team members that worked on the project; c) an owner point of contact
with telephone number; d) Show the original design schedule, owner
approved time extensions, and the final design execution schedule. 2.
Summarize your proposed team in tabular form with the following data:
a) firm name; b) individual name; c) if the individual is with a
consultant firm, then state your work history with the individual and
consultant firm; d) office assigned to (home or branch office); e)
Professional Registration and date; f) assigned team responsibility; g)
years with current firm, years with other firms; h) percent of time
committed to this team. 3. List the number of individuals in each
discipline not assigned to the proposed team that could be used to
augment the proposed team in the event of loss of personnel or failure
to maintain schedules. 4. A-E's responding should prepare to provide
their Quality Assurance Project Plan (QAPP) prior to selection
interviews once a short list has been approved. The QAPP will include
an explanation of the management approach: an organizational chart
showing the inter-relationship of management and design team components
and specific quality control processes used. For consideration, provide
one submittal package including one original SF 255 and one original SF
254 for each firm proposed. The SF 255 with attachments shall be
limited to 25 pages, type size not smaller than 12 pitch font. Every
page that is not an SF 254 will be included in the page count. The
submittal must be received in this office not later than 4:00 P.M.
EASTERN TIME on WENDESDAY, 15 NOVEMBER 1995. Submittals received after
this date an time will not be considered. If additional firms are
needed for consideration, SF 254s already on file will be used. Include
telefax numbers in Block 3a and Contractor Establishment Code (formerly
the DUNS number), Commercial and Government Entity (CAGE) Codes, if
known, and Taxpayer Identification Number (TIN) in Block 3. The DUNS,
CAGE and TIN are discussed in the DOD FAR Supplement, Part 204 Subpart
204.671-5. Label lower right corner of outside mailing envelope with
''A-E Services, 95-R-1152''. This is not a request for proposal. Site
visits will not be arranged during advertisement period. ADDRESS ALL
RESPONSES TO ATTN: CODE 0213FM. (0284) Loren Data Corp. http://www.ld.com (SYN# 0022 19951012\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|