|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 6,1998 PSA#2217SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187 C -- A-E SERVICES FOR AIR QUALITY, ENVIRONMENTAL PROJECTS AT VARIOUS
LOCATION IN CA SOL N68711-99-R-6301 DUE 111698 POC Cynthia Urias,
Contract Specialist, 619-556-9569 ATTENTION 8(A) CERTIFIED FIRMS AND
UNRESTRICTED FIRMS. This proposed contract is set aside for 8(a)
Certified Firms in region 8, 9 and 10 (Certified with the U.S. Small
Business Administration (SBA)). In the event responses are not adequate
to establish competition in accordance with the Brooks Act (3 or more
qualified firms establishes adequate competition), the solicitation
will become an unrestricted procurement. Therefore, responses are being
accepted from all firms, SBA 8(a) certified firms and unrestricted. If
adequate competition can be established within the 8(a) certified
firms, this proposed contract will be set aside for the 8(a) program
and the unrestricted responses will not be evaluated. However, if
adequate competition cannot be established within 8(a) firms, the
procurement will proceed as unrestricted. Firm Fixed Price Contract.
The contract will be for a base period of one year and one one-year
option period. The total aggregate -- maximum value for the base period
and the option period for all Delivery Orders awarded as a result of
this solicitation shall not exceed $3,000,000.00. Provide Architect and
Engineering services for development of permitting documentation and
support to obtain local, state, and/or federal air permits (including
Title V and Title III Requirements of Clean Air Act documentation (CAA)
Amendments of 1990), preparation of Contingency Plans, Air Pollution
Abatement Plans, New Source Review Plans, Air Toxic Emissions Inventory
Reports, Air Toxic Health Risk Assessments, Air Toxic Risk Reduction
Audit and Plans, Air Emission Control Plans, Asbestos and Radon Surveys
and Reports, Ozone Depleting Substances (ODS) substitution studies,
Risk Management Plans, Preparation and Updates to Air Emissions
Inventories for Criteria Pollutants and Hazardous Air Pollutants (HAPs)
including emissions from non-permitted sources, National Emission
Standards for Hazardous Air Pollutants (NESHAP) compliance plans,
Source Testing, Best Available Control Technology (BACT) & Lowest
Achievable Emission Rate (LAER) studies and reports, Emission Reduction
Credits and conformity analyses. A-E Selection criteria will include
(in order of importance): (1) Recent specialized experience of the
firms, and/or proposed consultants, in developing and implementing for
California military installations the AB2588 requirements (including
Air Toxic Emission Inventories, Health Risk Assessment, and Risk
Reduction Audits and Plans), integration of air quality control data
into an information management system, conducting New Source Review
Permitting studies (including BACT, LAER, AQIA and Emission Offsets),
preparation of Title V applications and permits to meet requirements of
the CAA amendments of 1990, Air Dispersion Modeling, Emission Source
Testing including protocols, data interpretation & reporting,
establishing Risk Management Plans in compliance with the CalARP
regulation and interfacing with air regulatory agencies in California.
Experience with various rules and regulations and an established
working relationship with applicable Regulatory Agencies including but
not limited to: San Diego County Air Pollution Control District
(SDCAPCD); South Coast Air Quality Management District (SCAQMD); San
Diego County Hazardous Material Management Division (HMMD). Extensive
proven experience with the SDCAPCD is of utmost importance. DO NOT list
more than a total of 10 projects in Block 8 of SF 255. Indicate which
consultants from the proposed team, if any participated in the above
services for each project. (2) Professional qualifications of the staff
to be assigned to this project in the preparation of air quality
permitting documentation and support in obtaining local, state, and/or
federal air permits including New Source Review, Air Quality
Information Management Systems, Title V, Air Toxic Emission
Inventories, Health Risk Assessments, Air Dispersion Modeling, Air
Quality Impact Analyses, NESHAP Compliance Plans and Reporting, Risk
Management Planning and interfacing with air regulatory agencies in
California. (3) Past performance on contracts with government agencies
and private industry in terms of cost control, quality of work and
compliance with performance schedules. Briefly describe internal
quality assurance and cost control procedures and indicate
effectiveness. Also, list recent awards, commendations and other
performance evaluation results. (4) Location in the general geographic
area of the projects and knowledge of the locality of the project,
(provide a list of no more than 10 projects and their associated
military facility). Must be able to participate in impromptu working
group meetings with as little as twenty-four hour notice. (5) Capacity
to accomplish the work in the required time. Indicate the firm's
present workload as well as the availability of the members of the
proposed project team (including consultants during the specified
contract performance period). Indicate specialized equipment available
and prior security clearances. (6) List the small or small
disadvantaged or woman-ownedbusiness firms used as primary consultants
or as subconsultants. If a large business concern is selected for this
contract, they will be required to submit a subcontracting plan that
should reflect a minimum goal of 5% each to small disadvantaged
business (es) and woman-owned business (es) of the amount to be
subcontracted out. The Standard Industrial Code is 8711 and the annual
size standard is $2.5 million. Those firms which meet the requirements
described in this announcement and wish to be considered, must submit
one copy each of complete SF 254 and SF 255 for the firm, including an
organizational chart of key personnel to be assigned to this contract,
and each subcontractor's current SF 254 who is listed in Block 6 of the
firm's SF 255. Submit package to Southwest Division, NAVFACENGCOM,
South Bay Area Focus Team, Code 5S02.CU, 2585 Callagan Highway,
Building 99, Naval Station, San Diego, CA 92136-5198 no later than 16
November 1998, 3:00 P.M. Pacific Standard Time. Submittals received
after this date and time will not be considered. Additional information
requested of applying firms: indicate solicitation number in Block 2b,
DUNS number (for address listed in Block 3), CAGE Code number and TIN
number in Block 3, telefax number (if any) in Block 3a and discuss why
the firm is especially qualified based on the selection criteria in
Block 10 if the SF 255. For firms applying with multiple offices,
indicate the office which completed each of the projects listed in
Block 8 and list which office is under contract for any contracts
listed in Block 9. Use Block 10 of the SF 255 to provide additional
information desired. Personal interviews may not be scheduled prior to
selection of the most highly qualified firm. SF 255's shall not exceed
30 printed pages (double sided is two pages/organizational charts and
photographs excluded, exception: photographs with text will be
considered as a page). All information must be included on the SF 255
(cover letter, other attachments and pages in excess of the 30 page
limit will not be included in the evaluation process). Firms not
providing the required information in the format (i.e. listing more
than 10 projects in Block 8, not providing a brief description of the
quality control plan, not listing which office of multiple office firms
completed projects listed in Block 8, etc.) directed by this synopsis
may be negatively evaluated under selection criteria (2). THIS IS NOT
A REQUEST FOR PROPOSAL. Telegraphic and facsimile SF 255s will not be
accepted. Site visits will not be arranged during the submittal period.
In addition, all DoD contractors must be registered in the Central
Contractor Registration (CCR) in order to receive a DoD contract or be
paid by a DoD paying office. For more information, check out the CCR
website: http://ccr.edi.disa.mil. See Numbered Note(s): 24 Posted
11/04/98 (W-SN268657). (0308) Loren Data Corp. http://www.ld.com (SYN# 0016 19981106\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|