Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 22,1996 PSA#1727

Engineering Field Activity West, Code 0221 (AB), (Bldg. 201), 900 Commodore Drive, San Bruno, CA 94066-5006

C -- ENVIRONMENTAL ENGINEERING SIRVICES FOR COMPLIANCE WITH CLEAN AIR PROGRAM AND RELATED WORK ISSUES FOR VARIOUS PROJECTS IN CALIFORNIA, UTAH & NEVADA AREAS SOL N62474-97-D-1504 DUE 010997 POC Point of Contact is Allan Blair at FAX (415) 244-2440 and Contracting Officer is Catherine Morris. This is a firm fixed price, indefinite quantity type contract. The contract term is for one base year with two one-year options. The estimated contract amount for each year is $1,600,000. The contract has a minimum guarantee of $30,000 and shall not exceed $4,800,000 for the total three (3) year period. EFA WEST intends to solicit Architectural-Engineering and/or Environmental Engineering, planning, design, testing and support services required for compliance with Federal, State, and local Clean Air regulations and associated environmental issues to include: (a) Inventories - Air Emissions Inventories and Inventory Updates, Toxics Emissions Inventories, CA-AB2588 (1987) Inventory reporting, Emergency Planning and Community Right-to-Know Act (EPCRA) 313 Inventory and reporting, and Ozone Depleting Substances (ODS) Inventories; (b) Permitting - permit studies and compliance with Title V of 1990 Clean Air Act Amendment new permitting requirements and local permitting requirements; (c) Pollution Prevention - developing / updating Pollution Prevention Plans following EPCRA and Navy guidance, Source Reduction Evaluation Review and Plan CA Senate Bill 14 of 1989 (SB 14), ODS / Chloro Fluorocarbon (CFC) O&M plans, and ODS / CFC Phase out studies: (d) Control Equipment - The design of Air Pollution Control/Abatement Equipment and Systems to include NOx emissions reductions from Boilers, Steam Generators and Process Heaters; (e) RMP/PSM/ICP - Risk Management Plan / Process Safety Management / Integrated Contingency Plans (RMP/PSM/ICP) - Evaluation and assistance to an activity in developing an integrated management system with all elements to comply with RMP/PSM/ICP regulations.; (f) Air Toxics - Preparation of Air Toxics Risk Assessments, Risk Reduction Audits and Plans, Reporting, and Air Toxics Source Testing; (g) Asbestos - Experience with asbestos inventory/survey work, operation and maintenance plans, and asbestos design to support asbestos abatement work.; (h) Other - Experience with Emission Reduction Credits, Environmental Data Management systems, Trip Reduction, and related air compliance regulations California, Utah, and Nevada; at various locations for EFA WEST in California, Utah, and Nevada.; (i) Prepare Environmental Permit Applications.; (j) Provide compliance assistance to EFA West Caretaker Site Offices.; (k) Provide General Environmental Engineering consulting services and studies for EFA West in California, Utah, and Nevada. The work includes preparation of work plans, study reports, plans and specifications, and cost estimates related to environmental services. The work may require field visits, field investigation, soil/material and air sampling, sub-surface sampling, and laboratory analysis of collected samples. It is not anticipated that any construction or removal projects will be part of this contract. The Government reserves the option to negotiate additional services including Operation and Maintenance Support Information, and construction surveillance. The A&E must demonstrate the firm's and each key consultant's qualifications with respect to the published Evaluation factors for Architect-Engineering and/or environmental engineering, plannings, design, testing, support and all option services. Selection will be based on the following criteria which are numbered in the order of importance: (1) Recent (i.e., within the last three years) specialized experience of the firm and proposed consultants in environmental engineering projects similar in scope to the required services described above (i.e. items (a) through (k) above). Include both Government and Private experience. This includes demonstrated knowledge of Federal, State and local codes and regulations concerning air quality issues and air emissions control equipment and systems. Specifically include firm and consultant's knowledge and experience with Bay Area Air Quality Management District, San Joaquin Valley Unified Air Pollution Control District, Ventura County Air Pollution Control District, Monterey Bay Unified Air Pollution Control District, State of Nevada, State of Utah, (and other Air Districts) rules and regulations. Briefly discuss problems overcome during project progression as appropriate to demonstrate the firm's innovative abilities and expertise. (2) Professional qualification of the staff (in-house and/or consultant(s)) with respect to the overall makeup of the project team. The experience and roles of key team personnel, specifically on related projects addressed in criteria element one above, should be addressed. (3) Ability of the firm to accomplish the contemplated work within a reasonable time frame; as demonstrated by the impact of this workload on the firms' permanent staff, projected workload during the anticipated service period, the firms' history of successfully completing projects in compliance with performance schedules and of providing timely construction support. Experience should include similar projects successfully completed within the last three years. Provide examples of firm's ability to work on multiple projects concurrently. If consultants are involved, address history of working relationship. (4) Past performance (with emphasis on similar efforts cited in criteria elements one and two) with government agencies and/or private industry. Demonstrate long term government or private business relationships, repeat business on related efforts and construction support. Demonstrate the firm's quality control program, including performance of quality control on prior Department of Defense contracts. (5) Demonstrated ability and commitment of the firm to provide substantial small business subcontracting; Small Disadvantaged Business, Women Owned Small Business, Historically Black Colleges and Minority Institutions (A) Local Small Business subcontracting, Small Disadvantaged Business, Women Owned Small Business, Historically Black Colleges and Minority Institutions for work to be accomplished at Naval bases slated for closure under the Base Realignment and Closure (BRAC) legislation. To be considered local a firm must have an existing active office located in the same or an adjacent county as the closing military installation. (6) Volume of work previously awarded by the Department of Defense (DOD) to the firm this fiscal year, with the objective of effecting equitable distribution of contracts among qualified Architect-Engineer firms, including small business firms and firms that have not had prior DOD contracts. (7) Location of the firm within the general geographic area of the contract, and knowledge of the locality. Locality is considered California, Utah and Nevada. The estimated date for start of this contract is April 1997. The estimated completion date for this contract is April 2000. In order to expedite your firms consideration regarding the above criteria by the Board, the following application data shall be substituted in Blocks 7,8,9, and 10 in the SF 255: 1. To demonstrate how the firm meets the EXPERIENCE criteria; Provide a description of germane, recent projects with clients for which the firm provided a significant technical contribution. Indicate how each project is relevant to the work described herein. In matrix form, identify which firm members worked on the project described above. Projects shall be in the left column and firm members names shown across the top row of the matrix. 2. To demonstrate how the firm meets the QUALIFICATION criteria; submit a matrix for the team, member including name, proposed assignment, highest education level/discipline (example: BS, mechanical engineering), states of professional registration, number of years of professional experience, number of years with the firm. Also, the project manager(s) should identify the number of teams (engineering survey, subcontractors, and joint venture partners) they have managed over the past years. 3. To demonstrate how the firm meets the CAPACITY criteria; Submit an organizational chart with the following information: Principal point of contact, project manager, team leaders, the name of each team member, all team members assignments, and the name of at least one alternate for each key person. Summarize your plan for simultaneously accomplishing multiple projects within one calendar year. Provide a chart (in number of hours comparing teams' available capacity with their actual commitments for the next 12 months). 4. To demonstrate how the firm meets the PERFORMANCE criteria; Provide a tabular listing of all excellent performance ratings and letters of commendation from both private and DOD clients (Designate your role: prime subcontractor or joint venture partner). These ratings should be dated 1991 or later and should include the following data: client's contract, contract award date, contract completion date, contract award amount and contract type (fixed price, cost reimbursement, etc.). 5. To demonstrate how the firm meets the SB criteria: Provide the names of all Small Business firms to be utilized in performing the contract. For each firm provided, indicate the address of the firm, the type of work to be performed by the firm and the estimated dollar percentage of the contract that the work represents. Provide several examples of recent other governmental contracts and percentages of SB work subcontracted as part of those contracts. 6. To demonstrate VOLUME OF WORK criteria, indicate all DOD awards in the past five years. Provide performance references other than Engineering Field Activity West, Naval Facilities Engineering Command (include 3 or more with the names and telephone numbers of the contract administrators). The SF 255 with attachments shall be limited to a total of 25 pages, not smaller than 12 pitch font. Every page that is no a SF 254 will be included in the page count except for title, table of contents and tab pages. One copy of the SF 255 must be received in this office (Bldg. 201, 2nd floor, ATTN: Allan Blair) not later than 3:00 p.m., Pacific Time on 9 January 1997 at San Bruno, CA. Indicate contract number in block 2B of the SF 255. Submit a SF 254 only if you have not done so in the past year. SF 254 and 255's received after the designated date and time will be subject to the provisions of FAR 15.412. Include telefax numbers in Block 3a and Contractor Establishment Code (formerly the DUNS number), Commercial and Government Entity (CAGE) codes, if known and Tax Payer Identification Number (TIN) in Block 3. Label lower right corner of outside mailing envelope with ''A-E Services, N62474-97-D-1504''. Site visits will not be arranged during advertisement period. This is not a Request for Proposal (RFP). Questions regarding this announcement are to be directed to either Allan Balir or the Contracting Officer. (0325)

Loren Data Corp. http://www.ld.com (SYN# 0011 19961121\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page