|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 21,1996 PSA#1621COMMANDING OFFICER, SOUTHERN DIVISION, NAVAL FACILITIES ENGINEERING
COMMAND, 2155 EAGLE DRIVE (29406), P. O. BOX 190010, NORTH CHARLESTON,
SC 29419-9010 C -- INDEFINITE DELIVERY FOR ENGINEERING SERVICES FOR THE NAVY'S
ASBESTOS PROGRAM, LEAD BASE PAINT AND OTHER HAZARDOUS MATERIALS WITHIN
THE SOUTHERN DIVISION AOR SOL N62467-96-R-0998 DUE 072396 POC Admin
Questions: Ms. Frances J. Mitchell, (803) 820-5749 This solicitation is
set-aside for 8(a) engineers only and is for an indefinite quantity of
a variety of engineering services associated with the Navy's asbestos
program, lead base paint program, and other hazardous materials
covering the following states: NC, SC, GA, FL, AL, MS, LA, TN, AR, TX,
OK, KY, IL, MI, KS, CO, WY, NE, SD, ND, IA, MN, WI, IN, OH, and MO.
The purpose of this contract is to achieve compliance with applicable
federal, state, and local regulations. Work includes investigations and
studies to determine potential hazards at Navy installations due to
presence of asbestos-containing material (ACM), lead base paint (LBP),
and other hazardous materials. Recommendations concerning best
workable solutions for abatement action, and preparation of plans and
specifications for removal or other recommended solutions. Contract
award is contingent on availability of funds. The contract period is
one year (approximately $1,000,000) with four (4) one-year option
periods. The maximum contract value shall not exceed $4,500,000. A
minimum guarantee of $20,000 payable for the base year. This guaranteed
fee is a recordable obligation at the time of award and as such shall
be fully funded. No one delivery order will exceed $500,000. The
following criteria (listed in descending order of importance) will be
used for the basis of selection. 1. PROFESSIONAL QUALIFICATIONS: a)
Technical competence of the firm to perform the types of work
identified. Technical qualifications of the firm's team members to
design environmental remediation projects. Experience with and
knowledge of environmental regulations, particularly with hazardous
waste (RCRA). Knowledge of Navy regulations through recent design
experience. Professional Engineer (PE), Certified Industrial Hygienist
(CIH), a Professional Geologist (PG) is required to be on A-E staff
under this contract. b) Team members shall have a formal understanding
of and shall be familiar with all federal and state regulations. 2.
SPECIALIZED EXPERIENCE: Recent experience in: a) Asbestos management,
b) Lead base paint management, and hazardous material management; c)
OSHA and EPA regulations concerning asbestos and lead base paint; d)
Design of abatement projects. 3. PERFORMANCE: Past performance on
contracts with DOD agencies and private industry in terms of quality of
work, cost control and compliance with performance schedules. 4.
CAPACITY: a) Professional ability to perform multiple projects
concurrently; and b) Ability to sustain the loss of key personnel while
accomplishing work within required time limits. 5. LOCATION: a)
Knowledge of probable site conditions; and b) Geographic location of
the firm with respect to the contract areas as indicated. 6. VOLUME OF
DOD WORK: Firms will be evaluated in terms of work previously awarded
to the firm by DOD within the past twelve months with the objective of
effecting 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 they identify and commit to using Small Businesses, Small
Disadvantaged Businesses, Historically Black Colleges and Universities
or Minority Institutions in performance of the contract, whether as a
joint venture, teaming arrangement, or consultant. In order to assist
the committee to more efficiently review all applications, a summary
of experience, proposed team staffing and depth of additional staff
support is requested, in addition to the SF 255 as follows: 1. An
affirmative statement that the prime firm is a certified 8(a) business
including the date of graduation from the program and the sponsoring
SBA District Office. 2. 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 or
projects, give the following information where applicable: a) list the
currently proposed team members that worked on the project; b) an
owner point of contact with telephone number. 3. 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. 4. 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. Submit only one
package. For consideration, provide an original SF 255 and SF 254 for
the prime and an SF 254 for each consultant proposed. The SF 255 with
attachments shall be limited to 25 pages (8.5x11 one side), with print
size not smaller than 12 pitch font. The submittal package must be
received in this office not later than 4:00 P.M. EASTERN TIME on
TUESDAY, 23 JULY, 1996. Submittals received after this date and 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. For each contract, label lower right corner of outside
mailing envelope with ''A-E Services, 96-R-0998''. This is not a
request for proposal. Site visits will not be arranged during
advertisement period. Address all responses to ATTN.: Code 0213FM.
(0171) Loren Data Corp. http://www.ld.com (SYN# 0009 19960620\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|