Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 6,2000 PSA#2573

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

C -- INDEFINITE DELIVERY SOLICITATION ENGINEERING SERVICES FOR PREPARING STUDIES/REPORTS FOR UNDERGROUND STORAGE TANK SYSTEMS WITHIN THE SODIV AOR SOL N62467-00-R-0317 DUE 051000 POC Ms. Frances J. Mitchell (843) 820-5749 The proposed contract listed herein is 100% Small Business Set-Aside. The geographical area for this contract will encompass the states of: Alabama, Arkansas, Colorado, Florida, Georgia, Illinois, Indiana, Iowa, Kansas, Kentucky, Louisiana, Michigan, Minnesota, Mississippi, Missouri, Nebraska, North Carolina, North Dakota, Ohio, Oklahoma, South Carolina, South Dakota, Tennessee, Texas, Wisconsin, and Wyoming. Other DOD facilities within these states 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 as approved by the Contracting Officer. The work will primarily include the professional services of preparing studies and reports consistent with 40 CFR 280 and applicable states regulations. These services include the development and implementation of contamination assessments, development of release response and corrective action plans, development and implementation of tank management plans, implementation in design, construction, operation and maintenance of UST systems, and design of release detection systems. The work may also include, but is not limited to, the following professional services: 1. Development of oil and spill prevention control and countermeasures (SPCC) Plans; 2. Development of Oil and Hazardous Substance Facility Response Plans (FRP) and Integrated Contingency Plans (ICP); 3. Develop and conduct spill drills to test the effectiveness of the response plan and the readiness of the activity response personnel; and, 4. Develop Operations Manual vessels fueling evolutions. Pollution prevention services and natural resource damage assessment are also desired, but not specifically required by this solicitation. Contract is for one base year and two (2) one-year options. The anticipated value of this contract is $3,000,000. 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. PROFFESSIONAL QUALIFICATIONS: a) Technical competence (including education, professional registration, applicable certification, and recent experience in similar work), and knowledge of 40 CFR 280 and the Navy's Underground Storage Tank Management program; and b) Team members shall have a formal understanding of all applicable Federal and State Regulations pertaining OHS spill prevention/response and the Navy's Spill Response Program. 2. SPECIALIZED EXPERIENCE: Of primary importance is recent experience in: a) Preparing UST characterization studies and remediation plans, and site closure reports; b) Consulting in design, construction, operation and maintenance of UST remediation systems; c) Developing and implementing Tank Management Plans; and d) Designing release detection systems. Of secondary importance is recent experience in: a) Developing SPCC Plans; b) Developing OHS/FRP/ICP Plans; c) Developing Fueling Operations Manuals; d) Accomplishing spill drill exercises; and e) Conducting spill prevention/response and ICS training. 3. PERFORMANCE: a) 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 required time limit. 5. LOCATION: a) Knowledge of probable site conditions; and b) Geographic location of the firm with respect to the contract area. 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 1.5% HUB Zone businesses. In order to assist the committee to more efficiently review all applications, a summary of experience as specifically defined in Criteria 1 and 2, 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 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) List the currently proposed team members that worked on the projects; and b) an owner point of contact with telephone number; 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 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; and 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 WEDNESDAY 10 MAY 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-0317". Surface mail should be addressed to: 2155 Eagle Drive, North Charleston, SC 29406. This is not a request for proposal. Site visits will not be arranged during advertisement period. SIC Code is 8711. Size standard is $4M. ADDRESS ALL RESPONSES TO ATTN: CODE 0213FM. Posted 04/04/00 (W-SN441161). (0095)

Loren Data Corp. http://www.ld.com (SYN# 0015 20000406\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page