Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 13,1997 PSA#1782

Department Of The Navy, Naval Facilities Engineering Command, Commander, Atlantic Division, Contracts Office, Code 02231, 1510 Gilbert Street, Norfolk, Virginia 23511-2699

C -- INDEFINITE QUANTITY CONTRACT FOR ACCOMPLISHMENT OF SERVICES IN SUPPORT OF THE NAVY SOL N62470-97-R-3453 DUE 032097 POC Point of Contact -- Bayla Mack, 757-322-8271 -- Susan Kranes, Director, A&E and Construction Contracts Division, 757-322-8271 E-MAIL: Architect-Engineer, mackbl@efdlant.navfac.navy.mil. Architect-Engineer or Engineering Services are required for Accomplishment of Petroleum Storage Tank Inventories, Petroleum Storage Tank Site Checks, Management Plans, Integrity Evaluations (Testing/Leak Detection), Special Project Documentation Preparation, and Studies, Plans, Specifications, Cost Estimate and all Associated Engineering Services Preparation at Various Locations within the Area of Responsibility of the Atlantic Division, Naval Facilities Engineering Command. The preponderance of work on this contract is anticipated to occur in the States of Virginia, North Carolina and West Virginia, and in the Commonwealth of Puerto Rico. However, an order could be issued in the States of Delaware, Pennsylvania, New Jersey, New York, Rhode Island, Massachusetts, Maine, Vermont, New Hampshire, Maryland, and in the District of Columbia; or at locations under the cognizance of Engineering Field Activity, Mediterranean (Europe and Bahrain). The contractor's experience, through its own forces or its consultants, for locations in Virginia, North Carolina, West Virginia and Puerto Rico will be given greater weight during selection. The requested evaluations will be in support of the Navy's Petroleum Storage Tank (PST) Program (consisting of underground and aboveground storage tanks) and will conform to applicable Department of Defense (DOD) instructions, and Environmental Protection Agency (EPA), State and local regulations and guidelines. This contract will involve the completion of PST inventories, notification forms, and management plans; integrity evaluations of PSTs; designing PST improvements including permanent leak monitoring systems; preparation/modifications of Spill Prevention, Control, and Countermeasures Plans (SPCC Plans); preparation of environmental reports and project documentation; preparation of plans and specifications to correct SPCC deficiencies; and the preparation of cost estimates for PST upgrading/testing/removal/replacement projects. This contract will also include installation of monitoring wells, soil and groundwater sampling, and completion of site checks at suspected leaking PST sites (including disposal of petroleum contaminated soil from boring/well installations). Also the selected A&E may be required to train tank custodians in inventory control procedures and operations/inspections/maintenance of PSTs and supporting equipment. 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 lesser importance and will be used as "tie-breakers" among technically equal firms. Specific evaluation factors include: (1) Specialized Experience: Identify specific project experience and specialized experience of the firm, and list team members who will perform this work. Explain both firm and team experience in the following functions: (a) completion of PST inventories, management plans, leak detection projects, corrosion protection surveys, and SPCC Plans; (b) familiarity with Federal, State (with emphasis on Virginia, North Carolina, West Virginia and Puerto Rico), and local PST regulations (both existing and pending); (c) preparation of reports and project documentation, plans, specifications, and cost estimates for PST upgrading/corrosion protection/removal/replacement projects (including correction of SPCC deficiencies and implementing Management Plans); (d) similar past projects at Navy/DOD facilities; (e) training personnel in inventory control procedures and maintenance/inspection procedures for PSTs; and (f) firms will be evaluated on their knowledge of local codes, laws, permits and construction materials and practices of the geographical area of the contract (greater weight will be given to the States of Virginia, North Carolina and West Virginia, and the Commonwealth of Puerto Rico); (2) Professional qualifications and technical competence of the technical staff in environmental, civil, cost estimating, mechanical, structural, geological and hydrological disciplines. The firm and staff will be evaluated on: (a) active professional registration for prime and consultants in Virginia, North Carolina, West Virginia and Puerto Rico; (b) past experience (with present and other firms) and roles of proposed team on projects addressed in evaluation factor number one; and (c) ability to manage multiple projects at various stages of completion, and maintain quality and meet established deadlines. The A&E may be required to manage greater than 30 different taskings concurrently and maintain schedules; (3) Ability to perform work to schedules -- Firms will be evaluated in terms of impact of this workload on the staff's projected workload during the contract period and in terms of ability to promptly respond to Government requests for services; (4) Past Performance -- Firms will be evaluated in terms of past performance with Government and private customers, and performance awards/letters of recommendations received; (5)Documented Quality Control Program/Plan -- Firms will be evaluated on the acceptability of their internal quality control program used to ensure an accurate product. Submit a written description outlining methods utilized to assure technically accurate reports and to assure overall coordination between disciplines; (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design; (7) Firm location (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract); (8) Volume of Work -- Firms will be evaluated in terms of work 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. Firms are required to prepare the cost estimate utilizing the computerized CES, the specifications may be in the SPECSINTACT system format, and all drawings shall be submitted in an AutoCAD compatible format. The design contract scope may require evaluation and definition of asbestos materials and hazardous and/or toxic waste disposition. Fee negotiations would provide for laboratory testing and disposition of all non-hazardous waste materials generated during field investigation. Firms responding to this announcement must be prepared to accept the aforementioned as a part of their contract responsibility. The contract requires that the selected firm have an on-line access to E-mail via the Internet for routine exchangeof correspondence. The duration of the contract will be for one (1) year from the date of an initial contract award. The proposed contract includes three (3) one (1) year Government options for the same basic professional skills. The total A&E fee that may be paid under this contract will not exceed $5,000,000; however, the yearly maximum may total up to $2,000,000. No other general notification to firms for other similar projects performed under this contract will be made. Type of contract: Firm Fixed Price Indefinite Quantity Contract. Estimated start date is July 1997. -- Architect-Engineer firms which meet the requirements described in this announcement 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 especially qualified based upon synopsized evaluation factors; and provide evidence that your firm is permitted by law to practicethe professions of architecture or engineering, i.e., State registration number. For selection evaluation factor (1), provide the following 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 and continue Block 10 narrative discussion on plain bond paper. All information must be included within the SF 255. 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 current SF 254 on file with this office and those responding by 4:00 p.m. EST, 20 March 1997 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. Firms responding 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 individuals anticipated 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 standard classification 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. (0042)

Loren Data Corp. http://www.ld.com (SYN# 0024 19970213\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page