|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 8,1995 PSA#1298COMMANDING OFFICER, SOUTHERN DIVISION, NAVAL FACILITIES ENGINEERING
COMMAND, 2155 EAGLE DRIVE (29406), P. O. BOX 190010, NORTH CHARLESTON,
SC 29419-9010 C -- I/Q SOLICITATION FOR ENGINEERING SERVICES ASSOCIATED WITH THE
NAVY SPILL PREVENTION/RESPONSE AND UNDERGROUND STORAGE TANK
COMPLIANCE/REMEDIATION PROGRAMS WITHIN THE SPECIFIED SOUTHERN DIVISION
AOR SOL N62467-95-R-0004 DUE 040695 POC Admin questions: Ms. Frances
Mitchell (803) 743-0749 Solicitation will result in the award of one
contract. The geographical area for this contract will encompass the
states of Arkansas, Colorado, Illinois, Indiana, Iowa, Kansas,
Kentucky, Louisiana, Michigan, Minnesota, Missouri, Nebraska, North
Dakota, Ohio, Oklahoma, South Dakota, Texas, Wisconsin, and Wyoming.
Other DOD facilities within these states or other states within
Southern Division's geographic area of responsibility may occasionally
be included in the tasking where necessary to meet regulatory
compliance deadlines or mandatory requirements. Exception will be on a
case-by-case basis as approved by the Contracting Officer. The work
will include, but is not limited to, the following professional
services: (1) Development of Oil Spill Prevention Control and
Countermeasures (SPCC) Plans; (2) Development of Oil and Hazardous
Substances Facility Response Plans (FRP); (3) Develop and conduct spill
drills to test the effectiveness of the response plan and readiness of
activity response personnel; (4) Develop Operations Manuals for vessel
fueling evolutions; (5) Preparation of studies and reports consistent
with 40 CFR 280 and applicable state regulations such as: consultation
in design; construction, operation and maintenance of Underground
Storage Tank (UST) systems; development and implementation of tank
management plans; development of contamination assessments, development
of release response and corrective action plans; and design of release
detection systems. Pollution prevention and natural resource damage
assessment services are also desired, but not specifically required by
this solicitation. Contract award is contingent on availability of
funds. Contract is for one year (approximately $500,000) with a one (1)
year option period. The maximum contract value shall not exceed
$1,000,000. A minimum fee of $25,000 is guaranteed for the first year.
This guaranteed fee is a recordable obligation at the time of award
and as such shall be fully funded. Total value of orders placed the
first year serves as the minimum fee for the option period. No one
delivery order will exceed $200,000. The following criteria (numbered
in order of importance) will be used in the selection process: 1.
PROFESSIONAL QUALIFICATIONS: a) Technical competence of the firm's
design team members to include: a) education, professional registration
and experience in similar work and knowledge of the Navy's Spill
Prevention Spill Response, and Underground Storage Tank programs; b)
Team members shall have a formal understanding of and shall be familiar
with the following Federal Regulations and Navy Policy: 40 CFR 112,
OPNAVINST 5090.1b. OPA 90, 40 CFR 280, 29 CFR 1910.120, 40 CFR 110, 33
CFR 154 and 49 CFR 194. 2. SPECIALIZED EXPERIENCE: a) Recent
experience of the firm's design team members in: a) Developing SPCC
plans, and OHS/FRP Plans; b) Conducting Spill Drills; c) Developing
Fueling Operations Manuals; d) Preparation of (UST) characterization
studies and remediation plans; tank management plans and well
monitoring plans. 3. PERFORMANCE: Past performance on contracts with
DOD agencies and private industry in terms of quality of work, cost
control and compliance with performance schedules. 4. CAPACITY: a)
Professional ability to perform multiple projects concurrently; and b)
Ability to sustain the loss of key personnel while accomplishing the
work within the required time limit. 5. LOCATION: a) Knowledge of
probable site conditions; b) Geographic location of the firm with
respect to the contract areas as indicated. 6. VOLUME OF DOD WORK: Firm
will be evaluated in terms of work previously awarded to the firm by
DOD within the past twelve months with the objective of affecting an
equitable distribution of contracts among qualified A-E firms including
small and small disadvantaged business firms and firms that have not
had prior DOD A-E contracts. 7. JOINT VENTURE, TEAMING OR SUBCONTRACTOR
UTILIZATION: Team will be evaluated on the extent to which potential
contractors identify and commit to small business and to small
disadvantaged business, historically black college and university, or
minority institution in performance of the contract, whether as a joint
venture, teaming arrangement, or subcontractor. In order to assist the
committee to more efficiently review all applications, a summary of
experience, proposed team staffing, proposed team staffing and depth of
additional staff support is requested as part of or in addition to the
SF 255, as follows: 1. Summarize in descending order of significance,
at least three of your most relevant projects for the type projects
required under the experience category. For each of the presented
projects give the following information where applicable: a) bid
results as compared to your estimate; b) list the currently proposed
team members that worked on the project; c) an owner point of contact
with telephone number; d) Show the original design schedule, owner
approved time extensions, and the final design execution schedule. 2.
Summarize your proposed team in tabular form with the following data:
a) firm name; b) individual name; c) if the individual is with a
consultant firm, then state your work history with the individual and
consultant firm; d) office assigned to (home or branch office); e)
Professional Registration and date; f) assigned team responsibility; g)
years with current firm, years with other firms; h) percent of time
committed to this team. 3. List the number of individuals in each
discipline not assigned to the proposed team that could be used to
augment the proposed team in the event of loss of personnel or failure
to maintain schedules. 4. A-E's responding should prepare to provide
their Quality Assurance Project Plan (QAPP) prior to selection
interviews once a short list has been approved. The QAPP will include
an explanation of the management approach: an organizational chart
showing the inter-relationship of management and design team components
and specific quality control processes used. One submittal package - to
include one original SF 255 (LIMITED TO 25 PAGES, 8 1/2'' x 11'',
ONE-SIDED - NOT LESS THAN 12 PITCH FONT. Every page that is not a SF
254 will be included in the 25 page count) and a SF 254 must be
received in this office not later than 4:00 P.M. EASTERN TIME on
THURSDAY, 06 APRIL 1995. Submittals received after this date and time
will not be considered. If additional firms are needed for
consideration, SF 254s already on file will be used. Include telefax
numbers in Block 3a and Contractor Establishment Code (formerly the
DUNS number), Commercial and Government Entity (CAGE) Codes, if known,
and Taxpayer Identification Number (TIN) in Block 3. The DUNS, CAGE
and TIN are discussed in the DOD FAR Supplement, Part 204 Subpart
204.671-5. Label lower right corner of outside mailing envelope with
''A-E Services, 95-R-0004''. This is not a request for proposal. Site
visits will not be arranged during advertisement period. ADDRESS ALL
RESPONSES TO ATTN: CODE 0213FM. (0065) Loren Data Corp. http://www.ld.com (SYN# 0015 19950307\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|