Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 20,1995 PSA#1494

SOUTHWESTNAVFACENGCOM (Code 0211), 1220 Pacific Highway, San Diego, CA 92132-5187

C -- INDEFINITE QUANTITY CONTRACT FOR A-E SERVICES FOR AIR QUALITY ENVIRONMENTAL ENGINEERING AT VARIOUS SOUTHWEST DIVISION BRAC BASES LOCATED IN CALIFORNIA SOL N68711-96-D-2058 DUE 012496 POC Kathy Luhmann/Contract Specialist, (619) 532-2721, Nancy J. Trent/Contracting Officer, (619) 532-2853. The Southwest Division, Naval Facilities Engineering Command, San Diego, California is currently seeking services of an architect/engineering firm for air quality environmental projects at various locations in California. This synopsis was originally published in the Commerce Business Daily (CBD) issue dated 22 November 1995 as a presolication notice. Sufficient qualified small business concerns were received; subsequently, in accordance with P.L. 103-160, Preference for Local and Small Businesses and the Base Realignment and Closure Law, this procurement is now being set-aside for small businesses only nation-wide (please refer to SIC Code 8711). Services required are for development of permitting documentation and support to obtain local, state and/or federal air permits including Title V facility permits and permits subject to New Source Review and Prevention of Significant Deterioration rules and regulations. Other services required are for preparation of contingency plans, air pollution abatement plans, Air Toxics Emissions Inventory Plans and Reports, Air Toxics Health Risk Assessments, Air Toxics Risk Reduction and Abatement Plans, emission inventory reports (including inventories of VOCs, ODSs, and any other regulated pollutants), Radon Surveys, Assessments, and Reports, conducting Ozone Depleting Substance elimination studies, conducting Best Available Control Technology (BACT) studies and inventories, developing Emission Reduction Credits (ERCs) and a system for managing ERCs, and studies and plans to comply with RECLAIM program. A firm fixed-price, Indefinite Quantity Contract for a base year with an option for an additional one year period will be awarded in a not to exceed amount of $2,000,000.00. The base year shall not exceed $1,000,000.00 and the option year shall not exceed $1,000,000.00. The individual delivery order limitation may not exceed $500,000.00. The estimated start date is February 1996. The estimated completion date is February 1997. The guaranteed minimum contract amount is $25,000.00. A-E selection criteria will include (in order of importance): (1) Recent specialized experience of the firms, and/or proposed consultants, in conducting New Source Permitting studies (including Title V requirements of CAA amendments of 1990), development and implementation of Air Toxic Emission Inventory & Health Assessment Reports and Air Toxic Risk Reduction & Abatement Plans, conducting and preparing radon surveys & reports, and inventories, studies & plans to comply with RECLAIM program, interfacing with air regulatory agencies in California, (2) Professional Qualifications and capabilities of the staff to be assigned to this project must include recent experience in conducting New Source Permitting studies (including Title V requirements of CAA amendments of 1990), development and implementation of Air Toxic Emission Inventory & Health Assessment Reports and Air Toxic Risk Reduction & Abatement Plans, conducting and preparing asbestos surveys & reports and inventories, studies & plans to comply with RECLAIM program, interfacing with air regulatory agencies in California. (3) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Indicate by briefly describing internal quality assurance and cost control procedures and indicate team members who are responsible for monitoring these processes. List recent awards, commendations and other performance evaluations (do not submit copies). (4) Location in the general geographic area of the project and knowledge of the locality of the project, provided that the application of this criterion leaves an appropriate number of firms given the nature and size of this project. (5) Capacity to accomplish the work in the required time. Indicate the firm's present workload and the availability of the project team (including consultants) for the specified contract performance period and indicate specialized equipment available and prior security clearances. Those small business firms which meet the requirements described in this announcement and wish to be considered, must submit one copy each of a SF 254 and a SF 255 for the firm and a SF 254 for each consultant listed in block 6 of the firm's SF 255, regardless of any previous submissions to the earlier presolicitation notice. One copy of the submittal package is to be receivedin this office no later than 3:00 P.M. Pacific Time on the due date indicated above. Should the due date fall on a weekend or holiday, the submittal package will be due the first workday there after. Submittals received after this date and time will not be considered. Additional information requested of applying firms: indicate solicitation number in block 2b, CEC (Contractor Establishment Code) and/or Duns number (for the address listed in block 3) and TIN number in block 3, telefax number (if any) in block 3a and discuss why the firm is especially qualified based on the selection criteria in block 10 of the SF 255. For firms applying with multiple offices, indicate the office which completed each of the projects listed in block 8 and list which office is under contract for any contracts listed in block 9. Use block 10 of the SF 255 to provide any additional information desired. Personal interviews may not be scheduled prior to selection of the most highly qualified firm. SF 255's shall not exceed 30 printed pages (double sided is two pages/organizational charts and photographs excluded, exception: photographs with text will be considered as a page). All information must be included on the SF 255 (cover letter, other attachments and pages in excess of the 30 page limit will not be included in the evaluation process). Firms not providing the requested information in the format (i.e. listing more than a total of 10 projects in block 8, not providing a brief description of the quality control plan, not listing which office of multiple office firms completed projects listed in block 8, etc.) directed by this synopsis may be negatively evaluated under selection criteria (3). Firms, their subsidiaries or affiliates, which design or prepare specifications for a construction contract or procurement of supplies cannot provide the construction or supplies. This limitation also applies to subsidiaries and affiliates of the firm. This is not a request for proposal. Telegraphic and facsimile SF 255's will not be accepted. Site visits will not be arranged during the submittal period. See Numbered Note(s): 1, 24. (0352)

Loren Data Corp. http://www.ld.com (SYN# 0020 19951219\C-0008.SOL)


C - Architect and Engineering Services - Construction Index Page