Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 25, 2001 PSA #2943
SOLICITATIONS

C -- INDEFINITE QUANTITY CONTRACT FOR EMS IMPLEMENTATION AND MAINTENANCE; AND EQA PROGRAM SUPPORT AT NAVY AND MARINE CORPS ACTIVITIES (PRIMARILY OVERSEAS)

Notice Date
September 21, 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-3013
Response Due
October 29, 2001
Point of Contact
Ms. Bayla L. Mack, 757-322-8271 -- Mr. Mark R. Sanderson, Contract Specialist, 757-322-4164
E-Mail Address
Click here to contact Ms. Bayla Mack (mackbl@efdlant.navfac.navy.mil)
Description
Architect-Engineer or Engineering Services are required for implementation and support of Environmental Management Systems (EMS) primarily in the Caribbean (except Puerto Rico), Europe, and other overseas areas of interest to the Government with backup/auxiliary coverage in the Eastern United States and Puerto Rico, and other Stateside areas of interest to the Government. The objective is to provide services to develop policy, planning components, and to deploy management systems designed to enhance and improve the environmental compliance programs and environmental performance at Naval facilities and installations. Required services include: developing and/or reviewing environmental policy; conducting environmental surveys to complete an aspect analysis to identify all processes with potential environmental impacts including operations, sites, equipment, and waste streams at an installation; prioritization of identified environmental aspects; recommending objectives and targets to improve significant environmental aspects, and developing or utilizing existing databases to provide for storage/analysis of EMS information and for Environmental Quality Assessment (EQA) program support. Other requirements include development of standard operating procedures (SOPs) incorporating EMS principles (e.g., assignment of roles and responsibilities, delegation of responsibilities to the right level; assignment of measuring, monitoring, and reporting responsibilities to the right level), preparing turnover/management guidebooks describing the environmental program at a base (to include media management plan summaries, environmental protection directories, outlining communication protocols, monitoring and reporting requirements summary, and other information pertinent to the program). The A&E may be asked to conduct EMS reviews/inspections/gap analyses and/or progress reviews to examine the management system at the base to ensure it conforms to a specified standard such as ISO 14001, the Navy EMS policy issued by CNO, OPNAVINST 5090.1B, or other standards as designated by the Navy technical personnel. The A&E may be asked to develop a report (or provide specific input) to document the effectiveness of a base's EMS once the EMS review/inspection has been completed. Other required services include development of training materials in support of the EMS/EQA development/implementation and providing on-site training to personnel who have environmental responsibilities (all levels from the base Commanding Officer all the way to the process owner/operator). Training media may be slides for use during presentations to personnel during site visits, Web based training, and development of CD-ROM disks. Additional required services include providing support to Naval activities for the Navy's Environmental Quality Assessment program and may involve internal assessment plan component development: conducting building assessments to identify environmental aspects and impacts; developing inventories of processes/facilities/buildings/equipment; identification of key personnel to be involved in the EQA process (such as process owners); development of site-specific or process-specific point-of-use checklists for conducting continuous monitoring at specified locations; development and/or review of internal assessment plans to ensure that adequate inspection procedures have been developed and are properly assigned. The A&E may be required to provide technical support to Navy assessment teams conducting compliance reviews to identify symptoms of ineffective management processes; assisting the Navy during external assessments to review management concepts, EMS activities, and compliance programs. The A&E may be required to prepare a report or provide input to a report developed by the Navy assessment team to document the base's compliance programs and/or EMS program. The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for all environmental engineering services and other optional services. Evaluation factors (1) through (5) are of equal importance; factors (6) and (7) are of lesser importance and will be used as "tie-breakers" among technically equal firms. Specific evaluation factors include: (1) Specialized Experience -- Firms, and any consultants proposed, will be evaluated in terms of their experience over the last five years in performing environmental management systems implementation. Specialized experience is required with respect to the following items: (a) Developing, implementing, auditing, analyzing and improving EMS; (b) Internal and external compliance reviews of DoD installations; (c) Conducting root cause analysis on compliance problems; (d) Creating, using, and modifying information management system databases to facilitate analysis, monitoring, and overall management of EMS; (e) Training personnel in EMS concepts; and (f) conducting EMS reviews to identify management problems. Also, given the contract area, firms will be evaluated based on their knowledge of local codes, laws, and regulations as they apply to Navy and Marine Corps facilities (primarily in Virginia, North Carolina, Europe, and the Caribbean); (2) Professional Qualifications of the technical staff in the type of work identified in factor 1 Firms will be evaluated in terms of professional qualifications and technical competence in the type of work required as exhibited by evaluation of the firm's staff with regard to the following: (a) Experience (with present and other firms) and roles of staff members specifically on projects addressed in evaluation factor 1; (b) Active professional registration in their field of experience; (c) Familiarity with OPNAVINST 5090.1B, U.S. environmental regulations, Overseas Environmental Baseline Guidance Document, Final Governing Standards, the Navy EQA Guidebook, Executive Order 13148, CEMP, ISO 14001, EMAS, or other EMS standards; (3) Continuity of Service: The firms must demonstrate the capability to provide backup staffing for key personnel to ensure continuity of service and the ability to provide project staffing to perform up to 5 simultaneous taskings; (4) Past performance: Firms will be evaluated on their past performance with this Command and with other DoD agencies and private companies in terms of demonstrated long term business relationships and repeat business (with emphasis on projects addressed in factor 1). Firms will also be evaluated on their demonstrated history of meeting negotiated project schedules and producing high quality work; (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, and their means of ensuring quality services from all subcontractors; (6) Firm location (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract); and (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. 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 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 $1,500,000. 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 December 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, 29 October 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 as 100% set-aside for small business, therefore, replies to this notice are requested from all small 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. 20010925/CSOL008.HTM (W-264 SN50Y375)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on September 24, 2001 by Loren Data Corp. -- info@ld.com