Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 15,1999 PSA#2496

Commanding 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