Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 12,2000 PSA#2514

Department Of The Navy, Naval Facilities Engineering Command, Commander, Atlantic Division, Contracts Office, Code 02211, 1510 Gilbert Street, Norfolk, Virginia 23511-2699

C -- INDEFINITE QUANTITY CONTRACT FOR STORM WATER DISCHARGE STUDIES AT NAVY AND MARINE CORPS ACTIVITIES IN THE EASTERN UNITED STATES AND CARIBBEAN AND OTHER AREAS OF INTEREST TO THE GOVERNMENT SOL N62470-00-R-3301 DUE 021500 POC Bayla L. Mack, 757-322-8271 Mark R. Sanderson, Contract Specialist, 757-322-4164 E-MAIL: Click here to contact Ms. Bayla Mack, mackbl@efdlant.navfac.navy.mil. Architect-Engineer or Engineering Services are required for Storm Water Discharge and Pollution Prevention Studies at Navy and Marine Corps activities in the Eastern United States, Puerto Rico, the Caribbean and other areas of interest to the Government. The objective of the studies is preparation and revision of Storm Water Pollution Prevention Plans (SWPPPs) for industrial activities and Storm Water Management Programs for military facilities classified as Small Municipal Separate Storm Sewer Systems (MS4s). Also included is the preparation of National Pollutant Discharge Elimination System (NPDES) permit applications for storm water discharges associated with industrial activity and for Small MS4s, as creation of integrated management systems using relational databases and geographic information systems (GIS) to manage storm water programs. Required services include: development of computerized mapping of storm drainage systems and facilities associated with industrial activity, assessment of potential storm water pollution sources, illicit discharge investigations to identify cross connections and sources of industrial wastewater, development of Best Management Practices (BMPs), development training for base personnel, performance of annual facility site compliance evaluations, storm water sampling and analysis, preparation of the permit applications, preparation and revision of storm water pollution prevention plans, preparation and revision of storm water management programs, preparation of military project planning documentation (DD Form 1391) to implement structural BMPs, and development of relational databases which can be linked to storm water drainage, sanitary sewer and other utility mapping and informational systems to form a geographic information system (GIS) for effective source control and storm water program management. Taskings may have very short timeframes as they can result from enforcement actions directed to Navy or Marine Corps permittees. Additional storm water work may be added to the contract without further advertisement. The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for all environmental engineering services and other optional services. Evaluation factors (1) through (5) are of equal importance; factors (6), (7) and (8) are of lesser importance and will be used as "tie-breakers" among technically equal firms. Specific evaluation factors include: (1) Specialized Experience -- Firms, and consultants if proposed, will be evaluated in terms of their experience over the last five years in performing environmental studies related to compliance with storm water discharge regulations. Specialized experience is required with respect to the following items: (a) Preparation and revision of Storm Water Pollution Prevention Plans and preparation of NPDES permit applications for storm water discharges associated with industrial activity, primarily at military installations in the eastern United States and Puerto Rico; (b) Investigation and evaluation of illicit discharges and preparation of NPDES permit applications for process and non-process wastewaters; (c) Engineering evaluation and development of structural and nonstructural best management practices for storm water quality control measures, primarily for military bases in the eastern United States and Puerto Rico; (d) Preparation and revision of Storm Water Management Programs for municipalities; (e) Knowledge of the Phase II Storm Water Regulations and experience with the six minimum control measures, particularly construction site storm water runoff control and post-construction storm water management; (f) Sampling and characterization of complex wastewater matrices including storm water mixed with industrial wastewaters, experience with sampling tidally influence outfalls, and experience with the use of clean sampling and analysis techniques; (g) Preparation of military project justifications (DD Form 1391) with associated cost estimates and witness data sketches for procurement of design services for recommended facility repair/construction; and (h) Experience with creating and supporting integrated informational management systems for the management of storm water pollution, including Geographic Information Systems (GIS) applications and relational databases; (2) Professional Qualifications of the technical staff in the type of work identified in factor 1 -- Firms will be evaluated in terms of professional qualifications and technical competence in the type of work required as exhibited by evaluation of the firm's staff with regards to the following: (a) Experience (with present and other firms) and roles of staff members specifically on projects addressed in evaluation factor number one; (b) Active professional registration in their field of expertise, including professional registration in Puerto Rico; (c) Familiarity with the Clean Water Act, NPDES regulations (particularly Phase I and Phase II storm water regulations), SPCC regulations, and related state water regulations as well as Resource Conservation and Recovery Act (RCRA), Hazardous Waste regulations and related State regulations with particular emphasis on the States of Virginia, North Carolina and the Commonwealth of Puerto Rico; and (d) The proposed team's management approach for successfully completing tasks under this contract and demonstrated work experience with key sub-consultants on similar projects; (3) Continuity of Service The firms will demonstrate the capability to provide backup staffing for key personnel to ensure continuity of service and ability to increase project staffing to meet unexpected project demands. Firms should assume the need to staff up to five simultaneous taskings; (4) Past performance -- Firms will be evaluated on their past performance with this Command and with other DOD agencies and private companies in terms of demonstrated long term business relationships and repeat business (with emphasis on projects addressed in factor 1). Firms will also be evaluated on their demonstrated history of meeting negotiated project schedules and producing high quality work; (5) Quality control program -- Firms will be evaluated on the acceptability of their internal quality control program used to assess technical accuracy in reports, to assure overall coordination between engineering and technical disciplines, and their means of ensuring quality services from all subcontractors; (6) Firm location and knowledge of the locality of the contract (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract) -- Firms will be evaluated on their location with respect to the general geographical area of the contract (primarily Virginia, North Carolina and Puerto Rico) and their proximity to the Atlantic Division, Naval Facilities Engineering Command. Also, given the contract area, firms will be evaluated based on their knowledge of local codes, laws, permits and construction materials and practices as they apply toNavy and Marine Corps facilities; (7) Volume of Work -- Firms will be evaluated in terms of work previously awarded to the firm by DOD with the objective of affecting an equitable distribution of DOD A&E contracts among qualified A&E firms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts; and (8) Small Business and Small Disadvantaged Business Subcontracting Plan -- Firms will be evaluated on the extent to which offerors 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 joint venture, teaming arrangement, or subcontractor. The following are the published SECNAV goals for small business subcontracting support: Small Business (SB) -- 62% Small Disadvantaged Business (SDB) -- 12%; Women-owned Small Business (WOSB) -- 5%; Historically Black Colleges and Universities/Minority Institutes (HBCU/MI) -- 5%. Large Business Firms shall submit their Navy-wide SF 295 (Standard Form 295, Summary Subcontract Report) the Standard Form 255. The slated firms will be required to provide a preliminary subcontracting plan (support for small business subcontracting) as part of the interview. Large Business Firms shall submit their subcontracting plan with the Standard Form 255. The contract requires that the selected firm have an on-line access to E-mail via the internet for routine exchange of correspondence. The duration of the contract will be for one (1) year from the date of an initial contract award. The proposed contract includes four (4) one (1) year Government options for the same basic professional skills. The total A&E fee that may be paid under this contract will not exceed $5,000,000; however, the yearly maximum may total up to $2,500,000. No other general notification to firms for other similar projects performed under this contract will be made. Type of contract: Firm Fixed Price Indefinite Quantity Contract. Estimated start date is March 2000. -- Architect-Engineer firms which meet the requirements described in this announcement are invited to submit completed Standard Forms (SF) 254 (unless already on file) and 255, U. S. Government Architect-Engineer Qualifications, to the office shown above. In Block 10 of the SF 255, discuss why the firm is especially qualified based upon synopsized evaluation factors; and provide evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., State registration number. For selection evaluation factor (1), provide the following information for only the staff proposed for this work using these column headings: "NAME", "RELATED PROJECTS WORKED ON", "YEAR", "FIRM", and "TECHNICAL ROLE". Use Block 10 of the SF 255 to provide any additional information desired and continue Block 10 narrative discussion on plain bond paper. All information must be included within the SF 255. Provide a synopsis of the scope of work, point of contact and telephone number for each project listed in SF 255 Block 8. Firms having a current SF 254 on file with this office and those responding by 4:00 p.m. EST, 15 February 2000 will be considered. Late responses will be handled in accordance with FAR 52.215-10. Neither hand carried proposals nor facsimile responses will be accepted. Firms responding to this advertisement are requested to submit only one copy of qualification statements. The qualification statements should clearly indicate the office location where the work will be performed and the qualifications of the individuals anticipated to work on the contract and their geographical location. -- This proposed contract is being solicited on an unrestricted basis, therefore, replies to this notice are requested from all business concerns. -- The small business size standard classification is SIC 8711 ($4,000,000). -- This is not a request for proposals. Inquiries concerning this project should mention location and contract number. See Note 24. Posted 01/10/00 (W-SN414429). (0010)

Loren Data Corp. http://www.ld.com (SYN# 0020 20000112\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page