Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 1,1996 PSA#1585

DEPARTMENT OF THE NAVY NAVAL FACILITIES ENGINEERING COMMAND, COMMANDER, ATLANTIC DIVISION, CONTRACTS OFFICE, CODE 02231, 1510 GILBERT STREET, NORFOLK, VIRGINIA 23511-2699

C -- IQ FOR ENVIRONMENTAL BASELINE SURVEYS (EBS) FOR REAL ESTATE ACTIONS AT LOCATIONS WITHIN OVERSEAS AREAS (INCLUDING ICELAND, THE CARIBBEAN AND EUROPE) UNDER THE COGNIZANCE OF LANTNAVFACENGCOM SOL N62470-96-R-5904 POC Contact Miss Bayla Mack, 804-322-8271/Mr. Dean Koepp, Head, Contract Support Branch, 804-322-8270 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 Toxic Waste Surveys, and other similar environmental work at locations within the Atlantic Division, Naval Facilities Engineering Command's Overseas Geographic Area including Iceland, the Caribbean, and Europe including areasunder the cognizance of Engineering Field Activity, Mediterranean. 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 reviewingprevious and current site uses 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 agencyfiles 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 or depressions, searching for stressed flora or fauna,checking for unusual odor, and recommendations 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 orrine Corps equivalent). Sampling required under this work may include, but is not limited to, collection of air, sediment, surface soils, surface water, subsurface soil or ground water samples and subsequent analysis (including QA samples) usingstandard EPA procedures. The work 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, mayinclude, 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, wellconstruction data, water level measurements, 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 futureaction. The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for all services. Evaluation factors (1) through (6) are of equal importance; factors (7), (8) and (9) are of lesserimportance and will be used as ''tie-breakers'' among technically equal firms. Specific evaluation factors include: (1) Specialized experience and technical competence in the type of work required in (a) through (f) above at Navy and DOD facilities. Inrelation to EBS and Phases I and II Hazardous and Toxic Waste Surveys, knowledge and application 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 assessing impacts of hazardous waste sites located in wetland areas. The contract scope may require evaluation, definition and disposal of solid hazardous wastes; (2) Professionalqualifications and technical competence for EBS and Phases I/II assessment described in evaluation factor (1) of the present technical staff in environmental engineering, civil engineering, environmental chemistry, geological and hydrogeologicaldisciplines. The firm and staff will be evaluated on: (a) active professional registration; (b) past Navy and DOD experience on projects addressed in evaluation factor number one; and (c) 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 termbusiness relationships and repeat business with Government and private industry with emphasis on projects addressed in factor number one; (5) Demonstrated Quality Control Program/Plan - Firms will be evaluated on the acceptability of their internalquality control program used to ensure overall coordination between engineering and technical disciplines, their past management roles on projects related to those addressed in evaluation factor (1); their means of ensuring quality services from theirsubcontract services, i.e., laboratories, drillers, and to ensure technical accuracy and discipline coordination of plans and specifications; (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energyefficiency in facility design; (7) Firm location and knowledge of the locality of the contract (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract) - Firms will beevaluated on their location with respect to the general geographical area of the contract and their knowledge of local codes, laws, permits and construction materials and practices of the area; (8) Volume of Work - Firms will be evaluated in terms ofwork previously awarded to the firm by DOD with the objective of affecting an equitable distribution of DOD A&E contracts among qualified A&E firms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts;and (9) Small Business and Small Disadvantaged Business Subcontracting Plan - Firms will be evaluated on the extent to which offerors identify and 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 the contract will be for one (1) year from the date of an initial contract award. The proposed contract includesfour (4) one (1) year Government options for the same basic professional skills. The A&E fees that may be paid under this contract will not exceed $1,000,000 per year for a total contract A&E fee of $5,000,000. No other general notification to firmsfor other similar projects performed under this contract will be made. Type of contract: Firm Fixed Price Indefinite Quantity Contract. Estimated start date is 17 September 1996.--Architect-Engineer firms which meet the requirements described in thisannouncement are invited to submit completed Standard Forms (SF) 254 (unless already on file) and 255, U. S. Government Architect-Engineer Qualifications, to the office shown above. In Block 10 of the SF 255, discuss why the firm is especiallyqualified 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., State registration number. For selection evaluation factor (1), provide thefollowing information for only the staff proposed for this work using these column headings: ''NAME'', ''RELATED PROJECTS WORKED ON'', ''YEAR'', ''FIRM'', and ''TECHNICAL ROLE''. Use Block 10 of the SF 255 to provide any additional information desired andcontinue 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 10 point font; every page that is not an SF 254 will be included inthe 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 for each project listed in SF 255 Block 8. Firms having a currentSF 254 on file with this office and those responding by 4:00 p.m. EST, 5 June 1996 will be considered. Late responses will be handled in accordance with FAR 52.215-10. Neither hand carried proposals nor facsimile responses will be accepted. Firmsresponding to this advertisement are requested to submit only one copy of qualification statements. The qualification statements should clearly indicate the office location where the work will be performed and the qualifications of the individualsanticipated 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 requested from all business concerns..--The small business size standardclassification 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.(0120)

Loren Data Corp. http://www.ld.com (SYN# 0015 19960430\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page