|
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-0938 DUE 022098 POC Ms. Frances J. Mitchell (803)
820-5749 This solicitation is set-aside for 8(a) Contractors only and
is for an indefinite quantity of a variety of engineering services
associated with the Navy oil spill prevention/response and underground
storage tank compliance and remediation programs within the Southern
Division geographic region of responsibility. The Standard Industry
Code is 8711 and the size standard is 2.5 million dollars. This
solicitation will result in the award of one contract. 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 one delivery order will exceed $200,000. The
geographical area for this contract will encompass the states of
Alabama, Arkansas, Illinois, Indiana, Iowa, Kentucky, Louisiana,
Michigan, Missouri, Ohio, Tennessee, Texas, and Wisconsin. 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. 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 services and natural resource damage assessment
are also desired, but not specifically required by this solicitation.
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: 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, cost control 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 in
addition to the SF 255, as follows: 1. An affirmative statement that
the prime contractor is a certified 8(a) Contractor including the date
of graduation from the program and the sponsoring SBA District Office.
2. 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. list the currently proposed
team members that worked on the project; b. an owner point of contact
with telephone number; 3. 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. 4. 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. Submit only one package.
The package is to include one original SF 254 and 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). The
submittal must be received in this office not later than 4:00 P.M.
EASTERN TIME on FRIDAY, FEBRUARY 20 1998. Submittals received after
this date and time will not be considered. 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-0938". 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# 0016 19980121\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|