Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 5, 2001 PSA #2823
SOLICITATIONS

C -- INDEFINITE QUANTITY CONTRACT FOR GENERAL ENVIRONMENTAL SERVICES WITH EMPHASIS ON OIL MANAGEMENT, UNDERGROUND STORAGE TANKS, TOXIC SUBSTANCES CONTROL AND POLLUTION PREVENTION, VARIOUS NAVAL ACTIVITIES WITH THE EFA CHESNAVFACENGCOM AOR

Notice Date
April 3, 2001
Contracting Office
Contracting Officer, Naval Facilities Engineering Command, Engineering Field Activity Chesapeake (Attn: Code CH2), Washington Navy Yard, Bldg. 212, 901 M Street SE, Washington, DC 20374-5018
ZIP Code
20374-5018
Solicitation Number
N62477-01-D-0090
Response Due
May 4, 2001
Point of Contact
Contact Randolph Jones, POC, 202-685-3152
E-Mail Address
Randolph Jones, Point of Contact (rjones@efaches.navfac.navy.mil)
Description
This procurement is open for responses from all firms. However, small business contractors will have first priority. (The small business size standard North American Industry Classification System (NAICS) code is "541330", $4.0 million annual average.) Should we receive adequate competition from qualified small business firms, (3 or more qualified small business firms establishes adequate competition), the proposals received from large business firms will not be considered. However should we not receive adequate competition from small business firms, the procurement will automatically convert to an Unrestricted Procurement and all responses received will be reviewed. The work includes an Indefinite Quantity Contract (IDQ) for Environmental Engineering services for the identification/correction of pollution abatement of Oil, Toxic Substance Control Act (TSCA), Resource Conservation Recovery Act (RCRA), Pollution Prevention and Superfund Amendments and Authorization Act (SARA) deficiencies at various Navy/ Marine Corps activities within the District of Columbia, Maryland and Northern Virginia for the Engineering Field Activity, Chesapeake. A secondary requirement will be for general Environmental Engineering Services for all environmental regulations. The nature of the majority of the projects are expected to fall in the following areas: developing and updating Spill Prevention Control and Countermeasures (SPCC), Spill Contingency (SCP), Facility Response (FRP) and Integrated Contingency (ICP) Plans; developing Tank Management Plans; preparing specifications and drawings for storage tank installation/removal actions; developing Pollution Preventions Plans; Emergency Planning and Community Right-to-Know Act (EPCRA) data collection, management, and reporting; identifying and preparing remediation plans for removing PCB contaminated areas; Storage Tank System Testing and Evaluation; Completing Preliminary investigations, Site Characterizations, monitoring for soil and groundwater contamination, corrective action plans, associated reports and remedial designs for petroleum impacted sites; performing sampling and laboratory testing of various media; and obtaining all permits, certifications and licenses necessary to complete the effort. As necessary, the firm will be required to prepare engineering estimates and construction documents. The selected A/E contractor for the contract will be required to provide overhead, profit, and discipline hourly rates initially to the Contracting Officer within ten days after receiving notification. In addition, the selected A/E contractor will be required to participate in an orientation and site visit meeting (when requested) within seven days of notification for each project and provide each fee proposal within ten days after receiving the Request for Proposal. Each project will be a firm fixed price A/E contract. The duration of the contract will be for the period of one year, with the possibility of four one-year options. Environmental services for these contracts will be subject to the availability of funds. The total contract amount for the contract will not exceed $2.5 million. The estimated start date is Sept 2001. The Architectural and Engineering firms shall respond directly to each of the selection criteria shown below. Selection evaluation criteria are included in relative order of importance. 1. Specialized experience and professional qualifications of the firm, including subcontractors, and the proposed project team in all areas described herein including general Environmental Engineering Services. 2. The firm shall have extensive experience with Storage Tank testing, closures, site characterizations, corrective action plans, remediations, removals and installations. In addition, experience in handling multi-media work in the pollution abatement of hazardous waste/materials, PCBs, water, wastewater, air, and other areas described herein. 3. a. The firm shall address recent experience in the areas of SPCC plans, contingency plans, tank management plans, pollution prevention assessments and plans. b. The firm shall address its computer, CAD and GIS capabilities. 4. Past performance and documented procedures of the prime A/E firm (and their subcontractors) in their quality control/quality assurance programs, both internal and site related, to assure quality fieldwork, coordinated technically accurate study results, recommendations, plans, and construction estimates. 5. a. Preference will be given to firms within a 150 mile radius of Engineering Field Activity Chesapeake, Washington Navy Yard, provided that application of the criterion leaves an appropriate number of highly qualified firms, given the nature and size of the projects. b. Preference will be given to those firms with experience in primarily Navy/ Marine Corps environmental programs and secondarily for other government agencies. Each firm's past performance(s) and performance ratings will be reviewed during the evaluation process and can affect the selection outcome. Firms that meet the requirements listed in this announcement are invited to submit one copy each of the completed Standard Forms (SF) 254 and SF 255, U.S. Government Architect-Engineer Qualifications, to the office indicated below. Site visits will not be arranged during the advertisement period. This proposed contract is being solicited on an unrestricted basis. Interested firms are requested to include telefax numbers, DUNS number, and Taxpayer Identification Number (TIN) on the SF 255 and SF 254 in Blocks 3 and 1, respectively. Interested firms are also requested to include their A/E Contractor Appraisal Support System (ACASS) number on the SF 255 in Block 3. In Block 10, state why your firm is specially qualified based on the selection evaluation criteria. Also, use Block 10 to provide additional information desired by your firm. Only the SF 254 and SF 255 will be reviewed. Experiences identified in Block 8 should not be more than 5 years old. The A/E firm's primary person proposed to be the direct contact with EFA CHES throughout the contract work must be identified as the "Project Manager". Information in the cover letter and any other attachments will not be included in the official selection review process. Submit (received by mail or hand delivered) the SF 254 and 255 to the mailroom in the EFA CHES building, Building 212, by 3:30 p.m. on the established due date. Fax and electronic copies of the SF 254 and 255 will not be accepted. This is not a request for proposal. Because this contract could eventually result in an award over $500,000.00, a subcontracting plan will be required by large business concerns. The small disadvantaged business goal in that subcontracting plan shall not be less than 5% of the subcontracted work. This goal of not less than 5% also applies to women-owned small business concerns. This does not apply if the prime firm is a small business concern. Effective 1 October 1997, A/E contractors are now required to register their firms in the Central Contractor Registration database prior to receiving a contract award. This database provides basic business information, capabilities, and financial information to the Government and complies with the Debt Collection Improvement Act of 1996, which requires Federal agencies to have the Taxpayer Identification Number of every contractor and to pay every contractor through electronic funds transfer. A/E contractors will only have to provide this information once with annual updates or as key company information changes occur. Registration can be accomplished through the World Wide Web at http//www.acq.mil/ec; through any DOD Certified Value Added Network; or a paper may be obtained by calling the DOD Electronic Commerce Information Center at 1-800-334-3414. Contracting Officer, Naval Facilities Engineering Command, Engineering Field Activity Chesapeake (Attn: Code CH2), Washington Navy Yard, Building 212, 1314 Harwood St., SE, Washington Navy Yard, DC 20374-5018.
Web Link
EFA Chesapeake Homepage (http://www.efdlant.navfac.navy.mil/efaches.htm)
Record
Loren Data Corp. 20010405/CSOL001.HTM (D-093 SN50I121)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on April 3, 2001 by Loren Data Corp. -- info@ld.com