COMMERCE BUSINESS DAILY ISSUE OF MAY 15, 2001 PSA #2851
SOLICITATIONS
C -- INDEFINITE QUANTITY CONTRACT FOR ENVIRONMENTAL BASELINE SURVEYS (EBS) FOR REAL ESTATE ACTIONS AT LOCATIONS WITHIN AREAS UNDER THE COGNIZANCE OF THE ATLANTIC DIVISION, NAVAL FACILITIES ENGINEERING COMMAND
- 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-3005
- Response Due
- June 18, 2001
- Point of Contact
- Ms. Bayla L. Mack, 757-322-8271 -- Ms. Chris Foskey, Contract Specialist, 757-322-4165
- E-Mail Address
- Click here to contact Ms. Bayla Mack (mackbl@efdlant.navfac.navy.mil)
- Description
- Correction: This action published in the CBD on 2 March 2001 is amended as follows: Under this solicitation, two contracts will be issued and two firms shall be selected in lieu of one firm (one firm for each contract N62470-01-R-3005 and N62470-01-R-3010). Please note that the A&E fee that may be paid under each contract will not exceed $5,000,000 in lieu of $9,000,000. The yearly maximum may total up to $3,000,000 for each contract in lieu of $4,500,000. Those firms who responded to the original announcement with SF 254/SF 255 qualification packages need not resubmit. The corrected announcement is hereby published in its entirety: Architect-Engineer or Engineering Services are required for Environmental Baseline Surveys (EBS) and Phase I and II Hazardous, Toxic, and Radiological Waste (HTRW) Surveys for Real Estate actions associated with property acquisition and excessing. In addition to EBS and HTRW surveys, work may include environmental condition assessments, geological and hydrogeological assessments, other similar or related environmental work at locations within the Atlantic Division, Naval Facilities Engineering Command's geographic area of cognizance (including Iceland, Puerto Rico, the Caribbean, Europe, Engineering Field Activities (Mediterranean, North and Chesapeake), and other areas of interest to the Government. This work may include, but is not limited to: (a) historical background checks (such as identifying previous site ownership and business license records; (b) identifying and reviewing previous and current site uses and plans; (c) reviewing of insurance records, fire hazard maps, and aerial photographs; (d) interviews with area residents and current and former employees; (e) record searches of on-site records and regulatory agency files to include Federal, State, City and local community files; and (f) site visits consisting of examining for evidence of soil staining and hazardous substances, examining for any fill areas of depressions, searching for stressed flora or fauna, checking for unusual odor and recommendations of further site work. The information to be obtained under this contract is to include, at a minimum, all information outlined in ASTM D6008-96, D5746-98, D6235-98a, E1527-00, E1528-00 and all other applicable regulations (i.e., OPNAVINST 5090.1b or Marine Corps equivalent). Work may also include, but is not limited to, collection of air, sediment, surface soil, surface water, subsurface soil, and groundwater samples and subsequent analysis (including QA samples) using standard EPA procedures. The work will also include preparation of work plans, site safety plans, sampling plans, quality assurance plans, and a summary report with recommendations and estimated cleanup costs. Phase II HTRW survey work, if deemed necessary, may include, but is not limited to: collection of additional data concerning the areas of potential concern such as soil sampling/boring, sediment sampling, biota sampling, surface water sampling, groundwater sampling, air sampling, boring logs, well construction data, water level measurements, and soil gas testing. The work will also include preparation of work plans, site safety plans, sampling plans, quality assurance plans, and a summary report with cost estimates and recommendations for future action. The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for all 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, technical competence and managerial experience in the type of work required in (a) through (f) above at Navy and DOD facilities (located Stateside, Caribbean and Overseas) -- In relation to EBS and Phase I and II HTRW Surveys: knowledge and application of Resource Conservation Recovery Act (RCRA), Comprehensive Environmental Restoration, Compensation and Liability Act (CERCLA), Toxic Substance Control Act (TSCA), and hazardous waste site operations; and experience in dealing with assessing impacts of hazardous waste sites located in wetlands areas. The contract scope may require evaluation, definition, and disposal of solid hazardous wastes; (2) Professional qualifications and technical competence for EBS and Phase I/II HTRW surveys as described in evaluation factor (1) of the present technical staff in environmental engineering, civil engineering, environmental chemistry, geological, and hydrogeological disciplines. The firm and staff will be evaluated on: (a) active professional registration(s); (b) past Navy and DOD experience on projects addressed in evaluation factor number (1); (c) proposed staff experience on similar past Navy and DOD projects; and (d) ability to manage multiple projects at various stages of completion and maintain quality and established schedules. The A&E may be required to manage greater than 10 different taskings concurrently and maintain schedules indicated in evaluation factor 3; (3) Capacity to accomplish work in the required time -- Firms will be evaluated in terms of ability to promptly respond to Government request for services. Typically for site investigations, the firm will be required to: (a) submit draft work plans within 30 days after initial Notice to Proceed (NTP); and (b) to mobilize forces, complete testing on a single site, analyze results, and submit a draft report within 60 days of field work; (4) Past Performance -- Firms will be evaluated in terms of the firm's quality of work and demonstrated long term business relationships and repeat business with Government and private industry with emphasis on projects addressed in evaluation factor (1); (5) Documented Quality Control Program/Plan -- Firms will be evaluated on the acceptability of their internal quality control program used to ensure overall coordination between engineering and technical disciplines, their past management roles on projects related to those addressed in evaluation factor number (1); their means of ensuring quality services from the subcontract services, i.e., laboratories, drillers, and to ensure technical accuracy and discipline coordination of plans and specifications; (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 and their knowledge of local codes, laws, permits and construction materials and practices of the area 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%; HUBZone small businesses -- 1.5%. 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. Two contracts will be awarded. The duration of each contract will be for one (1) year from the date of an initial contract award. Each 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 each contract will not exceed $5,000,000; however, the yearly maximum may total up to $3,000,000. No other general notification to firms for other similar projects performed under each contract will be made. Type of contract: Firm Fixed Price Indefinite Quantity Contract. Estimated start date is June 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, __ June 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 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/CSOL006.HTM (W-131 SN50L8U7)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on May 11, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|