Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 4,1996 PSA#1734

SOUTHWESTNAVFACENGCOM, North Bay AFT, Code 521, 1220 Pacific Highway, San Diego, CA 92132-5187

C -- A-E SERVICES FOR AN INDEFINITE QUANTITY CONTRACT FOR ENVIRONMENTAL ENGINEERING SERVICES TO IMPLEMENT THE NAVY INSTALLATION RESTORATION PROGRAM, NWS, SEAL BEACH, CALIFORNIA SOL N68711-96-D-2299 DUE 010897 POC Anne Garrett/Contract Specialist, (619) 532-3708, Dottie LeStage/Contracting Officer, (619) 532-1301. Firm Fixed Price. Indefinite Quantity Contract. The Southwest Division, Naval Facilities Engineering Command, San Diego, California is currently seeking professional services of an architect/engineering firm to provide environmental engineering services to implement the Navy Installation Program (IRP) at Naval Weapons Station, Seal Beach, California. The Navy has undertaken the IRP to identify and provide cleanup of past contamination at Naval facilities. The IRP program at Naval Weapons Station, Seal Beach (NWSSB) is an ongoing effort to investigate and remediate hazardous waste sites and achieve final closure. A-E services under this contract will provide environmental engineering services to implement the IRP at NWSSB. Professional services include performing Preliminary Assessment/Site Inspections (PA/SI), Remedial Investigation/ Feasibility Studies (RI/FS), Removal Site Evaluations (RSE), preparation of Engineering Evaluations/Cost Analysis (EE/CA), Action Memorandums, and preparing Remedial Designs (RD). Included in this contract are requirements to prepare work Project Work Plans (WP), Quality Assurance Project Plans (QAPP), Sampling and Analysis Plans (SAP), Health and Safety Plans (HSP), Community Relations Plans (CRP), conducting field investigations, field sampling, analytical testing, data validation, human health and ecological risk assessments and Construction Contract Support Services (CCSS). Other A-E services include determination of remediation goals, specifying treatment options and making recommendations, negotiating with regulatory agencies, identifying and mitigating conflicting requirements placed on NWSSB by various agencies, coordinating IRP activities with various Naval and DoD commands and environmental regulatory agencies, conducting activity briefings/meetings, preparing California Environmental Quality Act (CEQA) Initial Study Checklists, and facilitating community relations via active participation with the Restoration Advisory Board and the public (scheduling meetings, preparation of agendas, minutes, news releases, visitor days, public days, public meetings, preparation of briefings, newsletters, and factsheets). A firm fixed price, Indefinite Quantity (IQ) contract is for $1,000,000 or 365 calendar days. The government has an option to award an additional $1,000,000 or an additional 365 calendar days, whichever comes first, for a total of $2,000,000 or 730 calendar days. The individual delivery order limitation shall not exceed $200,000. The guaranteed minimum contract amount for the base year is $25,000. If the government exercises the option, the guaranteed minimum contract amount will be $25,000 for the option year. A-E Selection criteria will include (in order of importance): (1) Recent specialized experience of the firm and/or proposed consultants in the following areas of expertise: Providing professional A-E environmental engineering services for investigation of Comprehensive Environmental Response, Compensation and Liability Act (CERCLA), contaminated sites and evaluating cleanup technologies, preparing Preliminary Assessments/Site Inspections (PA/SI), Remedial Investigations/ Feasibility Studies (RI/FS), Remedial Designs (RD), Removal Site Evaluations (RSE), Engineering Evaluations/Cost Analyses (EE/CA), Restoration Advisory Board support, developing and implementing Community Relations Program, interfacing with state and local environmental regulatory agencies, and preparation of CADD-based engineering drawings or documentation, (2) Professional qualifications and capabilities of the staff to be assigned to this project must include recent specialized experience in the area of providing professional A-E environmental engineering services for investigation of Comprehensive Environmental Response. Compensation and Liability Act (CERCLA), contaminated sites and evaluating cleanup technologies, preparing Preliminary Assessments/Site Inspections (PA/SI), Remedial Investigations/Feasibility Studies (RI/FS), Remedial Designs (RD), Removal Site Evaluations (RSE), Engineering Evaluations/ Cost Analyses (EE/CA), Restoration Advisory Board support, developing and implementing Community Relations Program, interfacing with state and local environmental regulatory agencies, and preparation of CADD-based engineering drawings or documentation, (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 firms 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. (6) List the small or disadvantaged or woman-owned business firms used as primary consultants or as subconsultants. If a large business concern is selected for this contract, they will be required to submit a subcontracting plan that should reflect a minimum 5% Small Disadvantaged Business of the amount to be subcontracted out. Those 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 firms SF 255. One copy of the submittal package is to be received in 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): 24. (0337)

Loren Data Corp. http://www.ld.com (SYN# 0016 19961203\C-0008.SOL)


C - Architect and Engineering Services - Construction Index Page