|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 12,1998 PSA#2031Northern Division, NAVFACENGCOM, 10 Industrial Highway, Mail Stop #82,
Lester, PA 19113-2090 C -- ENGINEERING/DESIGN SERVICES FOR AN INDEFINITE QUANTITY CONTRACT
FOR ENVIRONMENTAL PROJECTS AT VARIOUS NAVAL ACTIVITIES IN THE STATES OF
ME, VT, NH, MA, RI, CT, NY, NJ, PA, AND DE SOL N62472-98-D-1445 DUE
031898 POC Tina Phillips, Contract Specialist, 610-595-0643.
ENGINEERING/DESIGN SERVICES FOR AN INDEFINITE QUANTITY CONTRACT FOR
ENVIRONMENTAL INDOOR AIR QUALITY, ASBESTOS, LEAD BASED PAINT, RADON,
AND SAFETY SERVICES AND PROJECTS AT DESIGNATED NAVAL ACTIVITIES IN THE
NORTHERN DIVISION 10 STATE REGION. The primary media involved are
asbestos, lead-based paint, and radon. Indoor air quality and safety
projects are included. Computer-Aided Design/Drafting (CADD) and
Geographic Information System (GIS) capability are required. Emphasis
will be on hazard testing, analysis, assessment and the design of
abatement. The following are examples of services that will be
required: (1) PERFORMING ASBESTOS HAZARD EMERGENCY RESPONSE ACT (AHERA)
SURVEYS TO SAMPLE, LOCATE AND DOCUMENT ALL ASBESTOS MATERIALS IN A
FACILITY. The work includes field surveys, sample collection and
analysis, hazard rating, development of detailed reports, preliminary
cost estimates and preliminary design for hazard abatement. Services
include development of Operations and Maintenance Plans to provide
standard operating procedures for all facility actions that involve
asbestos. Services will include OSHA hazard abatement project designs
with cost estimates, construction management and third party
monitoring. All fieldwork must be performed under the direction of a
Certified Industrial Hygienist (CIH) currently certified by the
American Board of Industrial Hygiene. All preliminary and final designs
including cost estimates are to be performed under the supervision of
a licensed professional engineer with an Environmental Protection
Agency accreditation in asbestos project design. Laboratories shall be
currently accredited in asbestos analysis by the American Industrial
Hygience Association (AIHA), National Institute of Standards and
Technology, and National Voluntary Laboratory Accreditation Program
(NIST/NVLAP); (2) OSHA HAZARD ABATEMENT PROJECT DESIGNS WITH COST
ESTIMATES, CONSTRUCTION MANAGEMENT AND THIRD PARTY MONITORING. (3) LEAD
RISK ASSESSMENTS AND SURVEYS. Guidelines for survey, assessment and
corrective action shall follow current Housing and Urban Development
(HUD) protocols for Navy family housing projects. Non-residential
design and abatement project work shall require sampling and testing of
suspect lead-based paint, dust, and soil. Toxic Characteristic Leaching
Procedure (TCLP) testing by established protocols, shall be required
during project development. Services will also include project designs
and cost estimates. All fieldwork for lead-based paint tasks must be
performed under the direction of a CIH. All preliminary and final
designs including cost estimates are to be performed under the
direction of a licensed professional engineer. Laboratories performing
survey sample analysis shall be proficient in HUD testing protocols,
accredited by AIHA, and successfully participate in the metals
proficiency analytical testing program. Laboratories performing TCLP
analysis shall be Contract Laboratory Procedure (CLP) or equivalent.
(4) RADON TESTING, DIAGNOSTICS, AND MITIGATION DESIGNS. Identify high
levels of radon and reduce levels (in housing and large buildings)
below the EPA action level of four picocuries per liter of air.
Post-mitigation testing and inspection shall also be performed. All
work is to be performed by EPA listed personnel who have passed the EPA
Radon Contractor Proficiency (RCP) examination. 5. RELATED INDOOR AIR
QUALITY WORK AND OTHER INVESTIGATIONS, SURVEYS, DESIGNS, AND MITIGATION
OF SIMILAR ENVIRONMENTAL MEDIA MAY BE REQUIRED FOR HEALTH AND SAFETY
ISSUES. All work and recommendations will be consistent with applicable
regulatory standards of federal, state and cities within the Northern
Division's area of responsibiity. GIS development and implementation
will be required. (6) CADD CAPABILITY IS REQUIRED. All work will
require compatibility with existing Navy and DOD CADD and GIS
standards. Design deliverables will be required in either AUTOCAD
Release 13 or higher or Microstation Version 95 or higher depending on
the location of the specific projects, specifications using SPECINTACT
SGML program, and cost estimates using the "Success" estimating program
in a Work Breakdown Structures (WBS) system format. When design
services are required, the following pre-priced options may be
exercised at the discretion of the government: 0 -- 35% design, 35 --
100% design, and Post Construction Contract Award Services (PCAS) such
as shop drawing review/approval, consultation during construction,
construction inspection services and preparation of record drawings.
Options are normally exercised within several months of completing
prior work, however, delays of up to one year are possible. Firms are
advised that work could potentially involve close contact with
hazardous materials and asbestos in various settings. Firms unable to
accept work in these environments need not apply. SIGNIFICANT
EVALUATION FACTORS IN ORDER OF IMPORTANCE: 1. SPECIALIZED EXPERIENCE OF
THE FIRM IN THE TYPE OF WORK DESCRIBED ABOVE. Firm's prior experience
should include, as a minimum, completion of the following type
ofprojects: health hazard assessment studies, hazard abatement
projects, hazardous material surveys, assessments, and associated
abatement designs, indoor air quality projects and third party
monitoring. 2. PROFESSIONAL QUALIFICATIONS. Professional qualifications
and relevant experience of staff to be assigned to this contract
(including those of any consultants). 3. CAPACITY. Capacity of assigned
team to accomplish the work within required time constraints. 4. PAST
PERFORMANCE. Past Performance with respect to responsiveness, quality
of work and compliance with performance schedules (emphasis on
Department of Defense (DOD) work). 5. QUALITY CONTROL PROGRAM. Use of
an internal quality control program to ensure technical accuracy and
discipline coordination of the studies, plans, third party monitoring,
and specifications. 6. LOCATION. Location of the firm in the general
geographical area of the projects and knowledge of the locality of the
projects, provided that there is an appropriate number of qualified
firms therein for consideration. 7. SUBCONTRACTOR UTILIZATION. Use of
small business, small disadvantaged business or women-owned small
business, historically black colleges and minority institutions. 8.
VOLUME OF WORK. Volume of work previously awarded to the firm by the
Department of Defense. Estimated Construction Cost: N/A. Type of
Contract: Indefinite Quantity Contract/Firm Fixed Price Task Order.
Estimated Start Date: April 1998. The duration of this contact will be
for one year from the date of an initial contract award with options
for four additional one-year periods. The total amount that may be paid
under this contract (including the option years) will not exceed
$5,000,000 for the entire contract term. The minimum guarantee for the
entire contract term (including the option years) is $50,000. The
options may be exercised within the time-frame specified in the
resultant contract at the sole discretion of the Governemnt subject to
workload and/or satisfaction of A/E performance under the subject
contract. There will be no dollar limit per project and no dollar limit
per year. Since this contract may result in an award valued in excess
of $500,000, a small business subcontracting plan will be required if
the selected firm is a large business concern. The small disadvantaged
business set aside goals and the women-owned small business goals in
the plan shall not be less than 5% each of the subcontracted work. The
SIC Code is 8712 and the small business size standard classification
is $2,500,000. THE PROPOSED CONTRACT IS BEING SOLICITED ON AN
UNRESTRICTED BASIS, THEREFORE REPLIES TO THIS NOTICE ARE REQUESTED FROM
ALL BUSINESS CONCERNS. A/E firms that meet the requirements described
in this announcement are invited to submit completed Standard Forms 254
and 255 to the office shown above. Block 10 of the Standard Form 255
will summarize how the firm meets the stated evaluation criteria for
this contract. A matrix format must be included documenting proposed
team members specialized experience relevant to the subject contract as
follows: IN LEFT HAND CORNER SHOW: Relevant projects (use number of
project assigned in Block 8 of Standard Form 255). ACROSS TOP ROW OF
MATRIX SHOW: Role of team member (include consultants) on relevant
project i.e., Project Manager, Project Engineer, etc... Firms must also
indicate their past performance with respect to quality of work, cost
control, and compliance with performance schedules. Include performance
evaluations and/or letters of commendation (as attachments) only for
the office making this submission. Firms must also indicate if they are
a subsidiary, and if so, must state if they are normally subject to
management decisions, bookkeeping, and policies of their holding or
parent company. Also indicate if firm is an incorporated subsidiary
that operates under a firm name different from the parent company.
Firms having a current SF 254 on file with this office and those
responding by 4:00 p.m., 18 March 1998 will be considered. ALL HAND
CARRIED SUBMITTALS MUST BE DEPOSITED IN THE BID BOX WHICH IS LOCATED IN
THE LOBBY AT THE ABOVE GIVEN ADDRESS PRIOR TO THE TIME AND DATE
SPECIFICED. PLACE LABEL ON THE OUTERMOST ENVELOPE IN WHICH YOUR
SUBMITTAL IS DELIVERED STATING "SUBMITTAL ENCLOSED", "CONTRACT NUMBER
N62472-98-D-1445", AND "DATE DUE 18 MARCH 1998". Facsimile responses
will not be accepted. Late responses will be handled in accordance with
FAC 52.215-10. No material will be returned. Do not fax any material.
Respondents may supplement this proposal with graphic material and
photographs which best demonstrate capabilities of the team proposed
for the project. Firms responding to this announcement are requested to
submit only one copy of qualification statements. THIS IS NOT A REQUEST
FOR PROPOSAL. (0041) Loren Data Corp. http://www.ld.com (SYN# 0026 19980212\C-0010.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|