|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 14,1996 PSA#1658DEPARTMENT OF THE NAVY NAVAL FACILITIES ENGINEERING COMMAND, COMMANDER,
ATLANTIC DIVISION, CONTRACTS OFFICE, CODE 02231, 1510 GILBERT STREET,
NORFOLK, VIRGINIA 23511-2699 C -- INDEFINITE QUANTITY CONTRACT FOR STORMWATER DISCHARGE STUDIES AT
NAVY AND MARINE CORPS ACTIVITIES IN THE ATLANTIC DIVISION, NAVAL
FACILITIES ENGINEERING COMMAND'S AREA OF RESPONSIBILITY SOL
N62470-96-R-5911 POC Contact Miss Bayla Mack, 757-322-8271/Mr. Dean
Koepp, Head, Contract Support Branch, 757-322-8270 Architect-Engineer
or Engineering Services are required for Storm Water Discharge Studies
at Navy and Marine Corps Activities in the Atlantic Division, Naval
Facilities Engineering Command's area of responsibility. The objective
of the studies ispreparation and revision of Storm Water Pollution
Prevention Plans (SWPPPs), preparation of National Pollutant Discharge
Elimination System (NPDES) permit applications for storm water
discharges associated with industrial activity, and creation
ofintegrated management systems to control storm water pollution.
Required services include computerized mapping (e.g. AutoCADD and
Microstation Intergraph) of the storm drainage systems and facilities
associated with industrial activity, assessment ofpotential storm water
pollution sources, illicit discharge investigations to identify cross
connections and sources of industrial wastewater, development of Best
Management Practices (BMPs), development of implementation training for
base personnel,performance of annual facility compliance inspections,
storm water sampling and analysis, preparation of the permit
applications for process flows, preparation and revision of storm water
pollution prevention plans, preparation of military projectning
documentation to implement structural BMPs, and development of
databases which can be linked to storm water, sanitary and other
utility mapping to form a geographic information system (GIS) for
effective source control and storm water programmanagement. 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 (7) are of equal importance; factors
(8), (9) and (10) are of lesserimportance and will be used as
''tie-breakers'' among technically equal firms. Specific evaluation
factors include: (1) Specialized Experience - Firms, and consultants if
proposed, will be evaluated in terms of their experience over the last
five yearsin performing environmental studies related to compliance
with storm water discharge regulations. Specialized experience is
required with respect to preparation and revision of Storm Water
Pollution Prevention Plans and preparation of NPDES permitapplications
for storm water discharges associated with industrial activity at
military installations on the east coast of the United States; sampling
and characterization of complex wastewater matrices including storm
water mixed with industrialwastewaters and experience with the use of
clean sampling and analysis techniques; preparation of military project
justifications with associated cost estimates for procurement of design
services for recommended facility repair/construction; andexperience
with environmental applications of Geographic Information Systems (GIS)
with emphasis on specific applications of GIS for the management of
storm water pollution; (2) Professional qualifications of the technical
staff in the type of workidentified in factor (1) - Firms will be
evaluated in terms of the staff's active professional registration in
their field of expertise; experience (with present and other firms) and
roles of staff members specifically on projects addressed inevaluation
factor number one; familiarity with the Clean Water Act, NPDES
regulations, and Spill Prevention Control and Countermeasures (SPCC)
regulations and related state regulations as well as the Resource
Conservation and Recovery Act (RCRA),Hazardous Waste regulations and
related state regulations with particular emphasis on the states of
Virginia, North Carolina and Maryland; and the proposed team's
management approach to successfully completing tasks under this
contract including theirdemonstrated work experience with key
consultants on similar projects; (3) Ability to perform work to
schedules - Firms will be evaluated in terms of capability to provide
qualified backup staffing for key personnel to ensure continuity of
services andability to increase project staffing to meet unexpected
project demands; ability to simultaneously manage and complete multiple
task orders and complete high priority tasks on an accelerated
schedule; (4) Past Performance - Firms will be evaluated interms of
quality of performance of work including past performance on projects
with this Command, other DOD agencies, and private companies;
demonstrated long term business relationships and repeat business with
Government and private customers, withemphasis on projects addressed
in factor number one. Firms will also be evaluated in terms of
demonstrated history of meeting performance schedules; (5) Ownership
and availability of all equipment required for sampling and flow
measurement of stormwater discharges and investigation of cross
connections and illicit discharges; (6) Documented Quality Control
Program/Plan - Firms will be evaluated on the acceptability of their
internal quality control program used to assess technical accuracy
inreports, to assure overall coordination between engineering and
technical disciplines and their means of ensuring quality services from
their subcontractors; (7) Demonstrated success in prescribing the use
of recovered materials and achieving wastereduction and energy
efficiency in facility design; (8) Firm location (provided that
application of this criterion leaves an appropriate number of qualified
firms, given the nature and size of the contract); (9) Volume of Work
- Firms will be evaluatedin 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
DODcontracts; and (10) Small Business, Small Disadvantaged Business,
and Women Owned Business Subcontracting Plan - Firms will be evaluated
on the extent to which offerors identify and commit to small business,
small disadvantaged business, and women ownedbusiness, historically
black college and university, or minority institution in performance of
the contract, whether as joint venture, teaming arrangement, or
subcontractor. The duration of the contract will be for one (1) year
from the date of aninitial contract award. The proposed contract
includes two (2) 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 $3,000,000; however, the yearly maximum
maytotal 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 November1996.--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
shownabove. 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., Stateregistration
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 Block10 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 telephonenumber 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, 17 September 1996 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 locationwhere 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
arerequested from all business concern.--The small business size
standard classification is SIC 8711 ($2,500,000).--This is not a
request for proposals. Inquiries concerning this project should mention
location and contract number. See Note 24.(0225) Loren Data Corp. http://www.ld.com (SYN# 0019 19960813\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|