Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 20,1996 PSA#1598

HSC/PKVD, 3207 North Rd (Bldg 532), Brooks AFB, TX 78235-5363

C -- ENVIRONMENTAL INFORMATION CLEARINGHOUSE POC Mark Rounsavill, Contract Specialist, 210-536-6377. HQ Air Force Center for Environmental Excellence (HQ AFCEE) is considering customer support and data management for an Environmental Information Clearinghouse and is seeking sources for the effort as outlined below. Reference number for this synopsis is ''PKVD 96-01''. REQUIREMENTS: The work required under this contract will involve: (1) researching and answering questions fielded from Air Force, Air Force contractors, and other DoD agencies at installation level, Major Command (MAJCOM) level, Department of the Air Force, and Office of the Secretary of Defense, relating to technical, operational, and unique environmental issues / laws /regulations / guidance in the areas of Environmental Compliance, Environmental Planning, Pollution Prevention, Environmental Restoration, and Environmental Health, (2) performing technical reviews of environmental documents and plans, (3) preparing environmental documents, draft plans or Statements of Work, (4) maintaining an environmental reference library, (5) preparing ''Fact Sheet'' and ''Success Story'' summaries on environmental topics of interest to a large group of customers, (6) preparing a quarterly crossfeed package for all AF installations summarizing recent activities, (7) preparing a monthly summary of articles (''CrossTalk'') for all AF installations on topics such as legislation/regulations changes, environmental events, and sources of environmental information, (8) preparing pamphlets, manuals, and guidebooks on environmental topics, (9) preparing Clearinghouse service information for the Air Force, (10) preparing and staffing an exhibitor's booth for services at the annual Joint Service Worldwide Pollution Prevention Conference and Exhibition, (11) preparing electronic file copies of all products for inclusion in Air Force computerized bulletin board systems, and (12) maintaining a computerized database for tracking information about customers, inquiry contents and status.CAPABILITY STATEMENTS: Offerors will be evaluated for technical acceptability based on the following criteria: (note: This listing of selection criteria includes and expands upon the six criteria specified by AFI 32-1023. Criteria are listed in descending order of importance.) (1) Recent (since 1993) specialized experience and technical competence of the firm in providing environmental information clearinghouse services (receiving verbal and written requests for information, consulting with experts and/or obtaining reference documents, and providing complete and accurate responses to the customers.) (2) Past performance history (since 1991) of the firm in providing environmental services to DoD, with special emphasis on AF organizations, in all of the following environmental information categories: a) Environmental Compliance - to include hazardous waste and materials management, solid waste management, POL, ECAMP, PCBs, pesticides, radon, lead-based paint, air, and water programs, b) Environmental Planning - EBS/EA/EIS process, land use planning, natural and cultural resource activities such as threatened and endangered species reviews, wetlands and floodplains delineation, historical, archaeological and cultural resource reviews, c) Pollution Prevention - chemical substitutions (including ozone depleting chemical elimination), source reduction, Opportunity Assessments, Management Action Plans, affirmative procurement, recycling and composting programs, d) Environmental Restoration - site characterization and risk assessment, site remediation (including innovative technologies), and site operation and maintenance, and e) Environmental Health - toxicological reviews, industrial hygiene assessments, and control measures. (3) Professional qualifications and work experience (since 1991) of the staff and consultants that would perform the actual work including: proposed skill mix, demonstrated experience of the team as a whole and the experience of individual team members as directly related to efforts of this nature, key staff resumes of personnel available for the work effort, and the ability to sustain the loss of key personnel while accomplishing the work within the required time limit. Qualifications will include as follows: (a) Team/project leader must have at least three years of recent demonstrated experience managing environmental service contracts for Air Force customers, (b) At any given time, the staff and consultants must include at least one Certified Industrial Hygienist (CIH) or Occupational Health and Safety Technologist, at least one Certified Hazardous Materials Manager, and at least one Registered Environmental Manager (REM) or Registered Environmental Professional (REP), (c) Each individual who answers the phones when customers call to request information must have at least two years of recent demonstrated work experience in environmental programs, including experience with all five of the environmental information categories listed above, (d) At least one individual performing contractor Quality Control (approval of all responses prior to transmittal to AF and the customer) shall either be a registered professional engineer, REM, REP, or CIH, and (e) The staff and consultants shall have demonstrated recent experience searching, reviewing, and interpreting military specifications and technical orders (including knowledge of technical order change process), DoD and Air Force regulations and instructions, Federal and State environmental regulations, performing literature and computerized database searches for technical data, identifying environmentally preferable products and services for use at Air Force installations, and have a thorough understanding of the DoD weapon system acquisition process. (4) Ability of the firm to work, manage and complete a large number of customer requests on a daily basis (workload averages 10 to 20 requests per day). Demonstrated through a management scheme. (5) Capacity of the firm to accomplish work on time and meet pre-established service goals for: (a) days elapsed between receipt of inquiry and delivery of response, and (b) quality (as measured by customer evaluations of accuracy, timeliness, professionalism, and helpfulness, and other metrics). Demonstrated through databases and current quality management systems. (6) Ability for all staff / consultants to provide coordinated and complete Environmental, Safety, and Occupational Health (ESOH) information responses addressing DoD, Air Force, Federal, State and local environmental requirements to customers from a variety of disciplines including Engineering, Bioenvironmental, Logistics, Safety and Legal Services. Demonstrated through in place quality control plans. (7) Ability of the firm to internally produce ''CrossTalk'' and ''Fact Sheet'' summaries in a professional, yet economical, electronic publishing fashion. Demonstrated through the submission of sample publications. (8) Geographic location: Firm must have an office in the same metropolitan area as HQ AFCEE, at the effective date of contract, this will be San Antonio, TX. Demonstrated through management plan for the implementation. Firms should reference Sources Sought Synopsis No. PKVD 96-01. Provide a statement as to whether they are small business or ''8a'' concerns in accordance with the with the Standard Industrial Code (SIC) of 7379, Computer Related Services, N.E.C., $18.0 M. This proposed procurement is being considered for a competitive small business /''8a'' set-a-side. Capability statement should be submitted in 5 copies and be limited to 30 pages plus any resumes. AFCEE reserves the right evaluate only the first 30 pages of the capability statement. Prospective firms must submit their capability statements to HSC/PKVD, Attn: Mark Rounsavill, 3207 North Road (Bldg 532), Brooks AFB, TX 78235-5363, no later than 30 calendar days from the publication date of this notice. All technical and contractual matters shall be directed to HSC/PKVD, Attn: Mark Rounsavill at the address above or by telephone at (210) 536-6377. This announcement: is based on the best information available, is not a Request for Proposal, and does not commit the Government to an award of a contract. (0137)

Loren Data Corp. http://www.ld.com (SYN# 0018 19960517\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page