Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 22,1998 PSA#2206

Commanding Officer, Southern Division,Naval Facilities Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC 29419-9010

C -- INDEFINITE DELIVERY REQUIREMENTS FOR SOLID WASTE PLANNING AND ENGINEERING SERVICES WITHIN THE SOUTHERN DIVISION AREA OF RESPONSIBILITY SOL N62467-98-R-1189 DUE 112098 POC MS. Frances J. Mitchell, (843) 820-5749 One firm will be selected for this solicitation. The contract shall be for solid waste planning and engineering services for all projects in the states of: AL, AR, CO, FL, GA, IA, IL, IN, KS, KY, LA, MI, MS, MN, MO, NC, ND, NE, OH, OK, SC, SD, TN, TX, WI, and WY. I. This work includes, but is not limited to, the following professional solid waste planning and engineering services: (1) Preparing solid waste management plans (SWMPs). SWMPs include, but are not limited to, describing and planning: a) waste generation, collection and disposal; b) waste characterization; c) source reduction; d) recycling; e) composting, f) incineration, g) landfilling, and h) recommendations for, but not limited to: i) improving regulatory compliance ii) improving existing practices iii) controlling costs, and iv) meeting Department of Defense (DOD) and Navy (DON), federal, state, regional, and local goals. (2) Preparing designs, studies, and/or permit applications for solid waste management facilities: a) preparing designsincludes, but is not limited to: i) design calculations; ii) evaluation of alternative methods; iii) preparing plans and specifications; iv) cost estimates, and v) other work needed to provide complete packages. b) studies include, but are not limited to: i) feasibility; ii) optimization; iii) economic analyses and, iv) other work needed to substantiate 1) recommendations; 2) business practices, and 3) local goal setting. c) preparing permits includes, but is not limited to: i) researching existing and anticipated conditions; ii) completing the application for the Commanding Officer's, or the designate representative's signature i) assisting in presenting the application to: 1) the applicable regulatory authority, and/or 2) public meetings and/or hearings, and 3) assisting in evaluating of any proposed permit condition, implied or expressed. d) miscellaneous projects generated by federal, state local laws, regulations, goals, policies, and business practices or self-initiatives. II. Facilities include, but are not limited to: (1) installation-wide systems; (2) transfer stations; (3) construction and demolition debris landfills; (4) yard and green waste composting facilities; (5) recycling facilities (including wood); (6) upgrading/closing of existing sanitary landfills (non-CERLA and/or subtitle C), and (7) other facilities, structures, or systems that may be used to manage solid waste. III. Naval and Marine Corps installations include, but are not limited to: (1) air stations; (2) naval stations; (3) Marine Corps bases; (4) reserve centers; (5) support activities; (6) logistics centers; (7) maintenance depots, and (8) shipyards. This contract shall be awarded as a requirements contract with no guaranteed minimum. The anticipated value of this contract is $2,500,000. The duration of this contract will be for one year and from the date of initial contract award and four option years. We will use the following criteria for selection listed in descending order of importance: 1. PROFESSIONAL QUALIFICATIONS: a) The team leader shall be a registered professional engineer with: i) a minimum of five years of experience, ii) demonstrated responsible charge of: 1) developing solid waste management plans; 2) optimization studies, 3) feasibility studies, and 4) other solid waste related projects. b) technical competence of the individual team members: i) experience, ii) education, and iii) registration. 2. SPECIALIZED EXPERIENCE: Recent applicable project experience relating to: a) Federal, state, regional, and local solid waste laws and regulations; b) Federal solid waste policies; c) DOD solid waste policy, and d) local solid waste policies. 3. PERFORMANCE: a) Past performance on solid waste management planning/engineering; and b) contracts with government agencies and private industry in terms of i) cost control; ii) quality of work; iii) compliance with performance schedules, and iv) points of contact for reference checking purposes. 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 required time limits. 5. LOCATION: a) Proximity to the geographical region covered by Southern Division; b) Knowledge of local and regional conditions and regulation that should be considerations of the solid waste management process, and; d) Ability to provide timely responses to issues that could arise during various phases of the contract. 6. VOLUME OF DOD WORK: Firms will be evaluated in terms of work previously awarded to them by DOD within the past 12 months. The objective is equitable distribution of contracts among qualified A-E firms. This includes small and small disadvantaged business firms and firms that have not had prior DOD A-E contracts. 7. JOINT VENTURES, TEAMING, OR SUBCONTRACTOR UTILIZATION: A-E firms will be evaluated on the extent to which they identify and commit to, in the performance of this contract: a) Small businesses; b) Small disadvantaged businesses; c) Historically Black colleges and universities; or d) minority institutions. In order to assist the committee to more efficiently review all applications, a summary of experience, 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 EACH type project required under the experience category. For each type project 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 and the owners programmed amount; b) list the currently proposed team members that worked on the projects; c) an owner point of contact with telephone number; d) Show the original schedule, owner approved time extensions, and the final 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 stateyour 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 who 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 team components and specific quality control processes used. Submit only One package. The package is to include one original SF254 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 20 NOVEMBER 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-1189". This is not a request for proposal. Site visits will not be arranged during advertisement period. SIC code is 8711 and standard is $2.5M. ADDRESS ALL RESPONSES TO ATTN: CODE 0213FM. Posted 10/20/98 (W-SN263550). (0293)

Loren Data Corp. http://www.ld.com (SYN# 0020 19981022\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page