Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 14,1996 PSA#1658

DEPARTMENT 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