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