Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 15, 2001 PSA #2851
SOLICITATIONS

C -- INDEFINITE QUANTITY CONTRACT FOR ACCOMPLISHMENT OF SERVICES IN SUPPORT OF THE NAVY

Notice Date
May 11, 2001
Contracting Office
Department of The Navy Naval Facilities Engineering Command, Atlantic Division, Contracts Office, Code AQ22D, 1510 Gilbert Street, Norfolk, Virginia 23511-2699
ZIP Code
23511-2699
Solicitation Number
N62470-01-R-3008
Response Due
June 18, 2001
Point of Contact
Ms. Bayla L. Mack, 757-322-8271 -- Ms. Christine L. Foskey, Contract Specialist, 757-322-4165
E-Mail Address
Click here to contact Ms. Bayla Mack (mackbl@efdlant.navfac.navy.mil)
Description
Architect-Engineer or Engineering Services are required for preparation of studies, plans, specifications, cost estimates and all associated engineering services at various Stateside and overseas activities within the Atlantic Division, Naval Facilities Engineering Command's corporate AOR (area of responsibility) (including Engineering Field Activity, Chesapeake and Engineering Field Activity Northeast areas). The majority of the work will be located within the Commonwealth of Virginia, the state of West Virginia, the Commonwealth of Puerto Rico, and western Europe, but may include the state of North Carolina, the states of Delaware, Pennsylvania, New Jersey, New York, Rhode Island, Massachusetts, Maine, Vermont, New Hampshire, Maryland, and in the District of Columbia; or at locations under the cognizance of Engineering Field Activity, Mediterranean (Europe and Bahrain) and any other areas within the aforementioned AOR. The contractor's experience, through its own forces or its consultants, for locations in Virginia, North Carolina, West Virginia, Puerto Rico, and Europe will be given greater weight during selection. The requested evaluations will be in support of the Navy's Petroleum Storage Tank (PST) Program (consisting of underground and aboveground storage tanks) and will conform to applicable DOD instructions; and EPA, State and local regulations and guidelines. This contract will involve the accomplishment of the following under two major categories: (1) PST Compliance Program to include the completion of PST inventories, notification forms, and management plans; integrity evaluations of PSTs including API 653 certified tank inspections; design of PST and fuel facility improvements including, but not limited to, permanent leak monitoring systems, spill prevention equipment, and corrosion protection; preparation/modification of Spill Prevention, Control, and Countermeasures Plans (SPCC Plans); preparation of environmental reports and special project documentation (DD Forms 1391); preparation of plans and specifications to correct SPCC deficiencies; and the preparation of cost estimates for PST projects; use of direct push technology, installation of monitoring wells, soil and groundwater sampling, and completion of site checks at suspected leaking PST sites (including disposal of petroleum contaminated soil from boring/well installations), training of tank custodians in inventory control procedures and operations/inspections/maintenance of PSTs and supporting equipment; and (2) Oil Spill Response and Planning Program to include Facility Response Plans (FRP) under the Oil Pollution Act of 1990 (OPA 90); Oil and Hazardous Substance (OHS) Spill Contingency Plans; Overseas OHS Spill Response Plans (SPCR or Spill Prevention, Control, and Reporting) under the Final Governing Standards (FGS); Integrated Contingency Plans (ICP) as developed by the National Response Team's ICP Guidance; OHS Spill Prevention Control and Countermeasures Plans (SPCC) (when part of an ICP or other integrated plan); Operations Manuals under 33 CFR 154, subpart B; Drills and Exercises to meet the National Preparedness for Response Exercise Program (PREP) Guidelines; Navy On-Scene Coordinator (NOSC), 29 CFR 1910.120(q) and other Spill Response Training; and Design of OHS Spill Contingency Plan facilities identified by FRPs, ICPs, OHS spill response plans for overseas. The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for all services with particular emphasis on work in Virginia, Puerto Rico, and western Europe. 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 -- Identify specific project experience and specialized experience of the firm, and list team members who will perform this work. Explain both firm and team experience in the following functions: (a) completion of PST inventories, management plans, leak detection projects, corrosion protection surveys, integrity evaluations; and SPCC Plans; (b) familiarity with Federal, State, and Overseas PST regulations (with emphasis on Virginia, West Virginia, Puerto Rico, and western Europe), and local PST regulations (both existing and pending); (c) preparation of reports and project documentation, plans, specifications, and cost estimates for PST projects, including correction of SPCC and FRP/OHS deficiencies, fuel facility repairs and upgrades, and implementing Management Plan recommendations; (d) similar past projects at Navy/DOD facilities; (e) training personnel in inventory control procedures and maintenance/inspection procedures for PSTs; and (f) firms will be evaluated on their knowledge of local codes, laws, permits and construction materials and practices of the geographical area of the contract (greater weight will be given to the States of Virginia, West Virginia, the Commonwealth of Puerto Rico, and western Europe); past experience in preparing FRPs, OHS spill prevention and contingency plans; Navy regional NOSC plans; drills and exercises, and Spill Response Training. These plans, drills and exercises will be prepared following current Federal, State, and Navy guidelines; (2) Professional qualifications and competence of the technical team proposed to accomplish this work in environmental, civil, cost estimating, mechanical, structural, geological and hydrological disciplines with emphasis in the interaction with UST regulators and familiarity with Federal, State, and local regulations and requirements relating to USTs. This includes: (a) active professional registration for prime and consultants in Virginia, North Carolina, West Virginia and Puerto Rico; (b) past experience (with present and other firms) and roles of proposed team on projects addressed in evaluation factor number one; and (c) ability to manage multiple projects at various stages of completion, and maintain quality and meet established deadlines; (3) Ability to perform work to schedules -- Firms will be evaluated in terms of impact of this workload on the staff's projected workload during the contract period and in terms of ability to promptly respond to Government requests for services; Capacity to accomplish the work in the required time -- Demonstrate the firm's ability to manage multiple projects at various stages of completion while maintaining quality and meeting established schedules. The A&E may be required to manage up to 40 different taskings concurrently at various stages of study and design over the life of this contract, and maintain schedules for the required services including 24 hour response in urgent cases; (4) Past Performance -- Firms will be evaluated in terms of past performance with Government agencies and private industry in terms of demonstrated long term business relationships and repeat business with Government and private customers, and performance awards/letters of recommendations received; (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, their means of ensuring quality services from their subcontract laboratories; and to ensure technical accuracy and discipline coordination of plans and specifications; (6) Firm location (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract); (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 they identify and commit to the published Small Business Subcontracting Program. The following are the published Naval Facilities Engineering Command goals expressed in terms of percentages of total planned subcontracting dollars for utilization of small businesses as part of the contract performance: Small Business (SB) -- 65%; Small Disadvantaged Business (SDB) -- 12%; Women-owned Small Business (WOSB) -- 5%; Historically Black Colleges/Universities/Minority Institutions (HBCU/MI) -- 5%; Veterans Owned Small Businesses (VOSB) -- 3%; Services Disabled Veteran Owned Small Businesses (SDVOSM) -- 3%; HUBZone small businesses -- 2%. Large Business Firms shall submit their Navy-wide SF 295 (Standard Form 295, Summary Subcontract Report) with their 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. The contract requires that the selected firm have an on-line access to E-mail via the internet for routine exchange of correspondence, and have Central Contractor Registration. The contract scope may require evaluation and definition of asbestos materials and toxic waste disposition. Fee negotiations would provide for laboratory testing and disposition of all hazardous and nonhazardous waste materials generated during field investigations. Firms responding to this announcement must be prepared to accept the aforementioned as a part of their contract responsibility. 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. Of this amount, a majority will most likely be expended in the first two years of the contract (assuming the option years are exercised); this is due to fewer outstanding compliance requirements for the Navy's PST Program as work is completed. 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 September 2001. -- 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, 18 June 2001 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 NAICS 541330 ($4,000,000). -- This is not a request for proposals. Inquiries concerning this project should mention location and contract number. See Note 24.
Record
Loren Data Corp. 20010515/CSOL002.HTM (W-131 SN50L8Q8)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on May 11, 2001 by Loren Data Corp. -- info@ld.com