Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 15, 2000 PSA #2748
SOLICITATIONS

C -- STORM WATER SAMPLING AND DISCHARGE MONITORING REPORT PREPARATION, WNY/ANACOSTIA, WASHINGTON, DC

Notice Date
December 13, 2000
Contracting Office
EFA Chesapeake, Washington Navy Yard, Building 212, 1314 Harwood Street, S.E., Washington, DC 20374-5018
ZIP Code
20374-5018
Solicitation Number
N62477-01-R-0031
Response Due
December 27, 2000
Point of Contact
Tammey L. Crouse (202) 685-3162
E-Mail Address
Tammey L. Crouse, Contracting Officer (tlcrouse@efaches.navfac.navy.mil)
Description
The Engineering Field Activity Chesapeake is currently seeking potential sources to perform Storm Water Sampling and Discharge Monitoring Report Preparation for the Washington Navy Yard and Anacostia Annex, Washington, DC. SOURCES MUST BE SMALL BUSINESS CONCERNS. Requirements include the following services to be performed: The contractor shall perform National Pollutant Discharge Elimination System (NPDES) permit storm water compliance monitoring at the Washington Navy Yard and the Anacostia Annex, and shall submit monthly draft and final Discharge Monitoring Reports (DMRs) and violation reports in accordance with all requirements outlined in the activity NPDES permits. The Contractor shall submit a Quality Assurance Project Plan/Quality Assurance Manual and Laboratory Qualifications and shall attend a turnover meeting prior to start of this contract. The Contractor shall provide all labor, materials, and equipment to accomplish the monitoring, laboratory analysis by EPA certified lab, and reporting. The Washington Navy Yard has twelve outfalls, which need to be manually samples for various parameters, i.e., TSS, PCBs, metals, fecal coliform, total nitrogen, total phosphorus, BOD, and flow estimation. The Contractor shall obtain a storm water grab sampe taken during the first 30 minutes of the storm event. The Anacostia Annex has five outfalls, which require automatic samplers to collect samples each time it rains. The parameters, which require analysis are pH, oil and grease, and flow estimation. Any resultant contract will have a performance period that includes a base year with four option years. The contract type will be a Firm-Fixed Price/Indefinite Quantity. THIS IS NOT A REQUEST FOR PROPOSALS AND NO SOLICITATION IS AVAILABLE AT THIS TIME. The Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Market research is being conducted to determine interest by SMALL BUSINESS CONCERNS and; capability of potential sources for this requirement. Companies wishing to respond must complete and submit the following information: (1) What is your company size under NAIC 541620, Environmental Consulting Services; (2) Does your company regularly engage in the type of services requested in this announcement; (3) How long has your company provided these types of services; (4) If your company has performed these types of services in the past please list the specific types of tasks/services provided; (5) Please provide a list of contracts your company is currently performing or has performed that would be considered the same as/similar to this effort including title, award amount and references with name and phone number; (6) Does your company subcontract out any of the required services. If so, please indicate which services and which firms your routinely subcontract with. The information should be submitted either via e-mail at tlcrouse@efaches.navfac.navy.mil or faxed to (202) 433-6900 Attention: Tammey L. Crouse. The due date for responses to the market survey is 27 December 2000 by close of business.
Record
Loren Data Corp. 20001215/CSOL005.HTM (W-348 SN508812)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on December 14, 2000 by Loren Data Corp. -- info@ld.com