|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 15,1999 PSA#2496Commanding Officer, Southern Division,Naval Facilities Engineering
Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC
29419-9010 C -- INDEFINITE DELIVERY SOLICITATION FOR POLLUTION PREVENTION PROGRAM
AND THE NAVY HAZARDOUS WASTE MANAGEMENT PROGRAM AT VARIOUS LOCATIONS
WITHIN THE SOUTHERN DIVISION AREA OF RESPONSIBILITY SOL
N62467-99-R-1047 DUE 020100 POC Ms. Frances J. Mitchell (843) 820-5749
or Ms. Lauri Paggi (843) 820-5696 The A-E firms are advised that the
Government considers any firm having less than 25 (twenty-five)
employees, 15 (fifteen) of which must be registered engineers in the
fields required to support the performance of this requirement is not
capable of performing the requirement. Two firms will be selected for
this solicitation, one for each proposed contract. Firms may apply for
one or both of these contracts. No firm will be awarded more than one
(1) contract. The first contract will be identified as
N62467-99-R-1047. The geographical area for this contract will
encompass the states of: Alabama, Florida, Georgia, North Carolina,
South Carolina, and Tennessee. Other states or military bases may (on
occasion) be included in the tasking where necessary to meet regulatory
compliance deadlines or to provide a consistent product for numerous
facilities under the cognizance of the same major claimant. Exception
will be on a case-by-case basis as approved by the Contracting Officer.
The second contract will be identified as N62467-99-R-1048. The
geographical area for this contract will encompass the states of:
Arkansas Colorado, Illinois, Indiana, Iowa, Kansas, Kentucky,
Louisiana, Michigan, Minnesota, Mississippi, Missouri, Nebraska, North
Dakota, Ohio, Oklahoma, South Dakota, Texas, Wisconsin, and Wyoming.
Other states or military bases may (on occasion) be included in the
tasking where necessary to meet regulatory compliance deadlines or to
provide a consistent product for numerous facilities under the
cognizance of the same major claimant. Each proposed contract will
serve as a back-up contract for the other contract. Exception will be
on a case-by-case basis as approved by the Contracting Officer. The
work for both contracts include, but is not limited to, the following
engineering services: (1) Development of Pollution Prevention Plans,
periodic updates and training. Assistance with implementing Pollution
Prevention Plans including, but not limited to: Development of training
packages and instructional materials such as posters, videos, manuals;
modifying structures and utilities necessary to implement pollution
prevention recommendations; training workers in the use of new
equipment or materials; analysis of facility requirements to implement
recommendations; assistance with implementing data tracking systems;
research, development testing and evaluating the cost effectiveness of
recommendations; developing employee incentives programs; identifying
pollution prevention recommendations that eliminate compliance
requirements; and assistance with establishing and evaluating hazardous
material inventory control programs. (2) Preparation of Environmental
Planning and Community Right to Know Act (EPCRA) reports, supporting
documentation packages and training. (3) Assistance with implementing
Consolidated Hazardous Material Reutilization and Inventory Management
Program (CHRIMP) and Hazardous Substance Management System (HSMS)
including, but not limited to: development of cost estimates,
implementation plans, data population, development of crystal reports,
and training. (4) Hazardous material and waste management services
including, but not limited to: Evaluating the impact to the Navy of new
policies/regulations; development and implementation of closure plans;
development of hazardous waste management plans; assessing the
applicability of Subpart AA/BB/CC requirements; documenting waste
stream determinations, evaluating the requirements of the Hazardous
Waste Identification Rule (HWIR); conducting compliance evaluations;
development of solvent exclusion determinations; providing training;
and TSDF Part B permit applications and modifications. (5) Assisting
Navy activities with Long-Range Planning. (6) Assisting with military
Munitions/Small Arm Range Rules including, but not limited to: policy,
implementation and management. Contract award is contingent on
availability of funds. Contract will be for one base year and four (4)
one-year options. The anticipated value of this contract is
$5,000,000. A minimum guarantee of $20,000.00 is payable for the base
year, paid only once for the life of the contract which includes option
years if elected by the government. We will use the following criteria
for selection listed in descending order of importance: 1.
PERFORMANCE: a) Demonstrated ability to apply technical expertise in
hazardous waste and material management, pollution prevention, EPCRA,
CHRIMP, HSMS, (as well as other environmental programs that may impact
these program areas) to guide Department of Defense (DOD) agencies
towards improved regulatory compliance in these areas, as part of
normal operating practices. Examples of this include, but are not
limited to: forecasting clients needs; providing clients not only what
they have requested, but based on expertise, recommending (prior to
execution) what they really need (if the two are different); sharing
with clients (on a routine basis) programmatic, policy, and
projects-specific expertise obtained during performance of projects and
from day-to-day professional contacts so as to enhance client program
effectiveness; and b) Past performance on contracts with DOD agencies
and private industry in terms of quality work, cost control and
compliance with performance schedules. 2. SPECIALIZED EXPERIENCE:
Recent experience in: a) Developing and implementing Pollution
Prevention Plans; b) Identifying pollution prevention recommendations;
c) Assessing the feasibility and cost effectiveness of pollution
prevention recommendations (including those which will eliminate
compliance requirements); d) Assessing the utility and structural
modifications necessary to implement pollution prevention
recommendations; e) Preparing and implementing employee training
packages; f) Preparing EPCRA reports and supporting documentation
packages; g) Developing HSMS implementation plans; h) All aspects of
hazardous material and waste management on programmatic and local
levels; and i) Integrating pollution prevention, EPCRA, CHRIMP, HSMS,
and hazardous material and waste programs with other media-specific
programs such as air, wastewater, and storm water. 3. PROFESSIONAL
QUALIFICATIONS: a) Technical competence (including education and
professional registration, and recent experience in similar work), and
knowledge of the Navy's Hazardous Material and Waste, Pollution
Prevention, CHRIMP, HSMS and EPCRA programs; b) Team members shall have
a formal understanding of and shall be familiar with the following
Federal Regulations and Navy policy: 40 CFR 260 through 40 CFR 270,
273, and 279; OPNAVINST 5090.1B; OPNAVINST 5100.23; 40 CFR 370; and 40
CFR 372. 4. CAPACITY: a) Professional ability to perform multiple
complex projects in the Navy Environmental Programs listed in Criterion
2 above, in multiple states concurrently, and b) Ability to sustain the
loss of key personnel while accomplishing the work within required time
limit. The minimum number of employees considered necessary for
performance of this work is 25, 15 of which should be registered
engineers in the fields required to support the performance of this
requirement. 5. LOCATION: a) Knowledge of probable site conditions and
state/local regulations and policies in the contract area as stated
above; and b) Geographic location of the firm with respect to the
contract area as indicated above. 6. VOLUME OF DOD WORK: Firms will be
evaluated in terms of work previously awarded to them by DOD within
the past 12 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 VENTURES, TEAMING, OR SUBCONTRACTOR
UTILIZATION: A-E firms will be evaluated on the extent to which they
identify and commit to small businesses, small disadvantaged businesses
(8a), and historically Black colleges and universities or minority
institutions in performance of the contract. The current subcontracting
goals established for these contracts is 65% for small businesses, 12%
for small disadvantaged businesses, 5% for woman-owned businesses, and
2.4% HUB Zone businesses. In order to assist the committee to more
efficiently review all applications, a summary of experience as
specifically defined in Criterion 1, experience, qualifications,
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 at least three methods routinely used by your firm to apply
technical expertise to your clients' programs (in accordance with
Criterion 1) and for each, the degree to which technical expertise is
applied. Include any observed benefit to the clients or your firm
resulting from application of your expertise to their programs. 2.
Summarize in descending order of significance, at least three of your
most relevant projects for the type of the projects required under the
experience category. For each of presented projects give the following
information where applicable: a) bid results as compared to your
estimate; b) list of 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; 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
andteam 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 TUESDAY 01 FEBRUARY 2000. 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, 99-R-1047" or "A-E
Services, 99-R-1048". This is not a request for proposal. Site visits
will not be arranged during advertisement period. SIC code is 8711 and
standard is $4M. ADDRESS ALL RESPONSES TO ATTN: CODE 0213FM. Posted
12/13/99 (W-SN408133). (0347) Loren Data Corp. http://www.ld.com (SYN# 0019 19991215\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|