|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 21,1998 PSA#2015Commanding Officer, Southern Division,Naval Facilities Engineering
Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC
29419-9010 C -- I/Q SOLICITATION FOR ENGINEERING SERVICES ASSOCIATED WITH THE
NAVY SPILL PREVENTION/RESPONSE AND UNDERGROUND STORAGE TANK
COMPLIANCE/REMEDIATION PROGRAMS WITHIN THE SPECIFIED SOUTHERN DIVISION
AOR SOL N62467-98-R-0937 DUE 022098 POC Ms. Frances J. Mitchell (803)
820-5749 Solicitation will result in the award of one contract. The
geographical area for this contract will encompass the states of
Colorado, Florida, Georgia, Kansas, Minnesota, Mississippi, Nebraska,
North Dakota, Oklahoma, South Carolina, South Dakota, and Wyoming.
Other DOD facilities within these states or other states within
Southern Division's geographic area of responsibility may occasionally
be included in the tasking where necessary to meet regulatory
compliance deadlines or mandatory requirements. Exception will be on a
case-by-case basis as determined by the Contracting Officer. The work
will include, but is not limited to, the following professional
services: (1) Development of Oil Spill Prevention Control and
Countermeasures (SPCC) Plans; (2) Development of Oil and Hazardous
Substances Facility Response Plans (FRP) and Integrated Contingency
Plans (ICP); (3) Develop and conduct spill drills to test the
effectiveness of the response plan and readiness of activity response
personnel; (4) Develop Operations Manuals for vessel fueling
evolutions; (5) Preparation of studies and reports consistent with 40
CFR 280 and applicable state regulations such as: consultation in
design; construction, operation and maintenance of UST systems;
development and implementation of tank management plans; development of
contamination assessments, development of release response and
corrective action plans; and design of release detection systems.
Pollution prevention and natural resource damage assessment are also
desired, but not specifically required by this solicitation. Contract
award is contingent on availability of funds. Contract is for one year
(approximately $500,000) with a one (1) year option period. The
maximum contract value shall not exceed $1,000,000. A minimum fee of
$25,000 is guaranteed for the first year. This guaranteed fee is a
recordable obligation at the time of award and as such shall be fully
funded. Total value of orders placed the first year serves as the
minimum fee for the option period. No onedelivery order will exceed
$200,000. The following criteria (numbered in order of importance) will
be used in the selection process: 1. PROFESSIONAL QUALIFICATIONS: a)
Technical competence (including education, professional registration
and recent experience in similar work) and knowledge of the Navy's
Spill Prevention, Spill Response, and Underground Storage Tank
programs; b) Team members shall have a formal understanding of and
shall be familiar with the following Federal Regulations and Navy
Policy: 40 CFR 112, OPNAVINST 5090.1b. OPA 90, 40 CFR 280, 29 CFR
1910.120, 40 CFR 110, 33 CFR 154 and 49 CFR 194. 2. SPECIALIZED
EXPERIENCE: a) Recent experience in: a) Developing SPCC plans, and
OHS/FRP/ICP Plans; b) Conducting Spill Drills; c) Developing Fueling
Operations Manuals; d) Preparation of UST characterization studies and
remediation plans; tank management plans and well monitoring plans. 3.
PERFORMANCE: Past performance on contracts with DOD agencies and
private industry in terms of quality of work, costcontrol 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 the work within
the required time limit. 5. LOCATION: a) Knowledge of probable site
conditions; b) Geographic location of the firm with respect to the
contract areas as indicated. 6. VOLUME OF DOD WORK: Firm will be
evaluated in terms of work previously awarded to the firm by DOD within
the past twelve months with the objective of affecting 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 potential
contractors 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 a joint
venture, teaming arrangement, or subcontractor. In order to assist the
committee to more efficiently review all applications, a summary of
experience, proposed team staffing, proposed team staffing and depth of
additional staff support is requested as part of or in addition to the
SF 255, as follows: 1. 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
projects give the following information where applicable: a) bid
results as compared to your estimate; b) list the currently proposed
team members that worked on the project; c) an owner point of contact
with telephone number; d) Show the original design schedule, owner
approved time extensions, and the final design execution schedule. 2.
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; g)
years with current firm, years with other firms; h) percent of time
committed to this team. 3. 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. 4. A-E's responding should prepare to provide
their Quality Assurance Project Plan (QAPP) prior to selection
interviews once a short list has been approved. The QAPP will include
an explanation of the management approach: an organizational chart
showing the inter-relationship of management and design team components
and specific quality control processes used. One submittal package --
to include one original SF 255 (LIMITED TO 25 PAGES, 8 1/2" x 11",
ONE-SIDED -- NOT LESS THAN 12 PITCH FONT. Every page that is not a SF
254 will be included in the 25 page count) and a SF 254 must be
received in this office not later than 4:00 P.M. EASTERN TIME on
FRIDAY, 20 FEBRUARY 1998. 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. Label lower right corner of outside mailing envelope with
"A-E Services, 98-R-0937". This is not a request for proposal. Site
visits will not be arranged during advertisement period. ADDRESS ALL
RESPONSES TO ATTN: CODE 0213FM. (0016) Loren Data Corp. http://www.ld.com (SYN# 0015 19980121\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|